Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 27,1999 PSA#2503

Department of the Air Force, Air Mobility Command, HQ AMC/DOY Contract Airlift, 402 Scott Drive, Unit 3A1, Scott AFB, IL, 62225-5302

R -- ANALYTICAL SUPPORT OF OPTIMAL AIRCRAFT ALLOCATION SOL F11626-00-R-0007 DUE 011400 POC Gina Gray, Contracting Officer, Phone (618) 256-6454, Fax (618) 256-8316, Email gina.gray@scott.af.mil -- Tammie Shelton, Contract Specialist, Phone (618) 256-6454, Fax (618) 256-8316, Email WEB: Visit this URL for the latest information about this, http://www.eps.gov/cgi-bin/WebObjects/EPS?ACode=R&;ProjID=F11626-00-R-0 007&LocID=470. E-MAIL: Gina Gray, gina.gray@scott.af.mil. Headquarters Air Mobility Command Contract Airlift Division (HQ AMC/DOY) is searching for potential sources to provide rigorous analytical support in the broad area of optimizing the allocation of aircraft in the existing channel route structure. (A channel route structure moves passengers and cargo over established worldwide routes served by either scheduled Department of Defense aircraft under the control of AMC or commercial aircraft under contract to and scheduled by AMC.) Evaluations and recommended solutions will address both short-term and long-term implications to the full spectrum of Transportation Working Capital Fund (TWCF) peacetime operations. AMC is currently researching its options and assessing industry's capability to accomplish this effort. AMC DOY makes no guarantees that a contract will be awarded for this requirement. Contractors who are able to satisfy the following requirements should submit a capability statement and company overview to AMC DOYR at the e-mail address included inthis notice no later than COB, Friday, 14 Jan 00. All information must be submitted electronically. The contractor shall deliver a structured evaluation and recommended solutions regarding optimal assignment of aircraft in the existing channel route structure. Contractor shall explicitly incorporate major goals such as readiness, financial impacts, customer satisfaction, ease of execution, and others. Also, contractor shall consider multiple (sometimes interdependent) factors, such as fleet composition, utilization rates, reliability and other logistics issues, aircrew availability, the Flying Hour Program, utilization of and commitment to the commercial sector, workload surges and volatility, customer behavior patterns, best commercial practices, and others. Contractor shall be cognizant and experienced regarding transportation data systems within the Defense Transportation System (DTS). Contractors are expected to apply their operations research and other analytical techniques. Contractors will make use ofdata from AMC's data warehouse. Government personnel will monitor contractor effort, including four In Progress Reviews (IPRs) spaced equally throughout the Period of Performance. IPRs one and three will each last one day. IPRs two and four will each last two days. Location of IPRs will be determined at a later date. Contractor is responsible for its own travel and all associated costs if IPRs are at a location other than the contractor's home office. A deliverable evaluation and recommendations are due 120 days after contract award. Capability statements shall include a list of most recent and relevant contracts for providing similar services to include contract number, place of performance, customer point of contact, telephone number, contract type, amount of award, and period of performance. The information should also include a very brief description of the services required and whether performance was considered acceptable or an explanation for performance problems noted. Interested parties should indicate their ability to provide services with personnel who already possess, or have the ability to obtain, a Secret Clearance within thirty days after contract award. Identify any existing federal supply contracts that may be used to obtain such services along with ordering information. Page limit for capability statements is 25 pages. All data must be submitted electronically to the point of contact specified below. This request for information is not a commercial solicitation and the Government will not pay for any information submitted or for any costs associated with providing this Posted 12/22/99 (D-SN411028). (0356)

Loren Data Corp. http://www.ld.com (SYN# 0092 19991227\R-0016.SOL)


R - Professional, Administrative and Management Support Services Index Page