SOURCES SOUGHT
70 -- REQUEST FOR INFORMATION - CENTRAL MEAT PROCESSING PLANT BUSINESS SYSTEM
- Notice Date
- 10/7/2004
- Notice Type
- Sources Sought
- NAICS
- 334119
— Other Computer Peripheral Equipment Manufacturing
- Contracting Office
- Defense Information Systems Agency, Procurement and Logistics, DITCO-Scott, P.O. Box 25857, Scott AFB, IL, 62225-5406
- ZIP Code
- 62225-5406
- Solicitation Number
- Reference-Number-DECA-CMPP01
- Response Due
- 10/29/2004
- Archive Date
- 11/12/2004
- Description
- The Defense Commissary Agency (DeCA) is considering the replacement of its Central Meat Processing Plant (CMPP) Business System at Ramstein Air Base, Germany. The CMPP provides retail cuts of fresh beef and pork to 59 commissaries, 9 Nexmarts and numerous DoD and State Department activities in the European theater, Africa and Southwest Asia. It is responsible for ordering and maintaining an on-hand inventory of beef and pork products to support resale demand. The CMPP conducts monthly accountability inventory of wholesale boxed and retail cuts of beef and pork; performs monthly cutting test to establish retail price on cuts of beef and pork; weighs, packages, and labels with price, retail cuts of beef and pork; accepts, processes, and picks orders for shipment to support commissaries and resale activities. This system maintains a consolidated statistical database for monthly sales and tonnage reporting to higher headquarters. Following is a summary of the minimum required CMPP capabilities: (1) establishing item price from wholesale product to retail cut with variable markup capability; (2) managing store orders to include receiving orders from supported stores, aggregating orders for production, and creating pick lists for outbound order management; (3) online picking and integration with handheld devices that are used for scanning bar code label printing, etc.; (4) ad hoc reports and management reports to identify production, inventory, pricing, and shipping information/documentation; (5) ability to weigh, package, and label retail cuts of meat: (6) ability to keep track of item sell by dates for stock picking operations; (7) ability to detect metal contained in retail cuts of meat; (8) ability to use of Global Trade Identification Number (GTIN); and the (9) ability to produce hazard materials management reports, material safety data sheets, and other documentation to support DoD and U.S. HAZMAT regulatory guidance. Firms interested in providing this capability to DeCA should submit the following: (1) description of the hardware, software, and middleware to include training; (2) examples, if any, where this or a similar system has been implemented; (3) capability of the firm to install the hardware/software, provide hardware/software maintenance, training and a help desk in Europe; (4) Rough Order of Magnitude cost and schedule for providing this system to include licensing and maintenance over a five year period; and (5) key terms and conditions for any contract to procure this system. Submit only electronic responses (one copy)to Ms. Diane Brendel, Contracting Officer, at brendeld@scott.disa.mil and one copy to Wanda Wallace, DeCA, wanda.wallace@deca.mil not later than 4:00pm, CST, 29 October 2004. This submittal shall not exceed thirty (30) pages exclusive of the cover page and tables of contents and figures. Submittals must be compatible with Microsoft Office 2000 or in portable document format (.pdf). DISCLAIMER - THIS RFI IS NOT A REQUEST FOR PROPOSAL AND IS NOT TO BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT TO ISSUE A SOLICITATION OR ULTIMATELY AWARD A CONTRACT. RESPONSES WILL NOT BE CONSIDERED AS PROPOSALS NOR WILL ANY AWARD BE MADE AS A RESULT OF THIS SYNOPSIS. All information contained in the RFI is preliminary as well as subject to modification and is in no way binding on the Government. FAR clause 52.215-3, Request for Information or Solicitation for Planning Purposes, is incorporated by reference into this RFI. All information received in response to this RFI that is marked Proprietary will be handled accordingly. Responses to the RFI will not be returned. In accordance with FAR 15.210(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with this RFI.
- Record
- SN00690823-W 20041009/041007211533 (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 |