Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 17, 2003 FBO #0750
MODIFICATION

R -- Spend Analysis Integrated Process

Notice Date
12/15/2003
 
Notice Type
Modification
 
Contracting Office
Defense Contracting Command-Washington(DCC-W), ATTN: Policy and Compliance, 5200 Army Pentagon, Room 1D245, Washington, DC 20310-5200
 
ZIP Code
20310-5200
 
Solicitation Number
W74V8H-04-R-1121
 
Response Due
12/22/2003
 
Archive Date
2/20/2004
 
Point of Contact
Kenneth Kitahara, (703) 695-2563
 
E-Mail Address
Email your questions to Defense Contracting Command-Washington(DCC-W)
(kenneth.kitahara@hqda.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
NA Amendment #2 to RFP W74V8H-04-R-1121: The RFP is hereby amended to include the following information to assist in the preparation and submission of offers. Question 1: Could you provide us with the company name and point of contact of the contractor that conducted the high level spend analysis and identified service commodity categories, as mentioned in the solicitation? Answer. Booz Allen & Hamilton, POC Mr Reid Jackson 703-377-4292 Question 2: The SOW indicates that the contractor will be tasked with formatting and normalizing ??????raw government furnished acquisition data.?????? What data sources does DoD envision providing? If DD350 data is to be provided, will it be from FY02 or FY03? Answer. DoD will attempt to extract as much data as possible from the Army and Air Force Business Intelligence Systems (BIS) in an attempt to gather as much information as possible down to the contract line item level. Both BIS systems are in the developm ental stages but appear to offer significantly improved data for contracts contained therein. Data extracted will not account for all purchases within the commodity group but will provide additional information for those contracts that are available in the BIS systems. Also, BIS data will probably only be available for FY03 and perhaps only a portion of FY03. The Navy is working towards utilizing either the Army or Air Force BIS software to extract Navy data. Question 3: Are there any programs/initiatives that the strategic sourcing Concept of Operations should align with? Answer. The DoD DP&AP Acquisition Domain enterprise spend analysis initiative under the Business Management Modernization Program. Question 4: Do you have any guidance document on the Concept of Operations? Answer. None. Question 5: Section d. of the Statement of Work indicates that the contractor should ??????format and normalize raw government furnished acquisition data ...?????? What sources/types of data does DoD plan to provide? Based on our previous experience, the presence of line-item or commodity detail reflecting the products and services purchased by the agency is important to ensuring that the sourcing strategies and resulting contracts accurately reflect spend for a particular commodity. What is the extent of DoD's ability to provide spend data at a more granular level (e.g. DFAS, Purchase Order) than that available through the DD350? Answer. DoD will attempt to extract as much data as possible from the Army and Air Force Business Intelligence Systems (BIS) in an attempt to gather as much information as possible down to the contract line item level. Both BIS systems are in the develop mental stages but appear to offer significantly improved data for contracts contained therein. Data extracted will not account for all purchases within the commodity group but will provide additional information for those contracts that are available in th e BIS systems. Also, BIS data will probably only be available for FY03 and perhaps only a portion of FY03. The Navy is working towards utilizing either the Army or Air Force BIS software to extract Navy data. Question 6: How much of the budget is under consideration for the spend analysis? Answer: The previously published questions and answers contain the commodity areas under consideration. The entire DD350 data for FY02 for the entire services area is approximately $40 billion. Question 7: How is the procurement spend data currently accumulated? Answer: DoD does not have a centralized spend data collection ??????system?????? beyond the DD350 data. We are working on the development of a department wide capability to extract spend information from business intelligence systems and/or contract writ ing systems but it is in the formative stages. Question 8: What type and level of assistance can we expect from the DOD organization? Answer: The commodity teams will consist of government employees who will be expected to perform the analytical and decision making functions. The intent of the task ??????b?????? in the contract contract statement of work is to secure a company who can provide an individual to oversee, guide and facilitate the commodity teams . The commodity teams are expected to learn from the contractor's experience how to accomplish spend analysis so that DoD does not depend upon contractor support in the out years. Our goal is to learn how to establish and run successful commodity teams. We intend to establish teams in a sequential manner and would prefer that the same person facilitate each team so that a common format is established. Question 9: Will the contractor be conflicted out of future business by performing under this contract? Answer: Contractors who perform services similar to those under analysis may find that they are conflicted out of future business. A firm determination cannot be made at this time for any particular commodity area as the requirements of the future contra cts and the level of support provided under this contract will determine whether a conflict exists or not. Question 10: What NAICS code will be assigned to the procurement process that would qualify small disadvantaged businesses as subcontractors with large primes? Answer: The NAIC code is 541611($6 Million). This is a total small business set-aside competition. No award will be made to a large business. Express mail is required for prompt delivery of proposals. Use of regular mail will result in a 2-3 week delay in delivery due to current security screening. Hand delivery of proposals will require entry through the Pentagon??????s Metro entrance whereas the courier will go through a security screening into a waiting room. Upon arrival, please use the facility telephones to call Ken Kitahara at (703) 695-2563 for pickup and a receipt. Proposals are due NLT 3:00 P.M. Eastern Standard Time, 22 Dec 03. La te proposals will not be accepted after the designated time.
 
Place of Performance
Address: Defense Contracting Command-Washington(DCC-W) ATTN: Policy and Compliance, 5200 Army Pentagon, Room 1D245 Washington DC
Zip Code: 20310-5200
Country: US
 
Record
SN00489854-W 20031217/031215212224 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.