SOURCES SOUGHT
R -- Technical and Management Consulting Support to assess ashore readiness within the Navy
- Notice Date
- 8/11/2005
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Department of the Navy, Naval Facilities Engineering Command, NAVFAC Washington, 1314 Harwood Street Washington Navy Yard, Washington, DC, 20374-5018
- ZIP Code
- 20374-5018
- Solicitation Number
- PRCNI
- Response Due
- 8/17/2005
- Archive Date
- 9/1/2005
- Description
- NOTICE: The Naval Facilities Engineering Command Washington has a requirement to provide a macro-analysis of Commander, Naval Installations efforts to improve ashore readiness to the Chief of Naval Operations as outlined in the attached Statement of Work. The final macro-analysis is required by 16 September 2005. THIS IS A FIRM PRODUCT DELIVERY DATE. In order to comply with statutory authority for full and open competition, expressions of interest are requested by 4:00 p.m. 17 August 2005 from qualified companies who may be able to perform these duties. Firms capable of meeting the Statement of Work requirements are requested to submit proposals in 8 ? ? by 11? format, not to exceed 25 pages. Proposals must outline the firm?s technical capabilities and corporate pricing structure. Qualified firms will be considered within competitive range based on the following criteria: 1. Knowledge of military ashore operations*. 2. Past experience: provide scopes of studies conducted and/or analyses of shore-based activities. 3. Indicate clear capabilities to deliver requirements of the attached Statement of Work- Macro-analysis of Commander, Navy Installations Efforts to Improve Ashore Readiness by 16 September 2005. * Firm must be able to show that they have the capability of providing an independent, third-party, macro-level, business process-focused analysis of the operations of the Commander, Naval Installation. Contract may be awarded on a sole source basis to a firm considered highly qualified. Target award of this contract is 19 August 2005. Interested parties must provide proposals NLT 4:00 pm 17 August 2005 by electronic transmission to Dean.Koepp@navy.mil, 202-685-3218 or Wanda.McQueen@navy.mil, 202-685-3188. Macro-Analysis of Commander, Navy Installations Efforts to Improve Ashore Readiness STATEMENT OF WORK Period of Performance: Contract Award through 16 SEP 2005. 1.0 Background: Commander, Navy Installations (CNI) was created to consolidate and create efficiencies within the Navy's ashore readiness domain. Since its stand up in October 2003, CNI has implemented many private sector business practices, including: a. Implementing ABCM b. Standardizing organizational alignment, processes and outputs across the enterprise c. Creating and refining quantifiable and pricable program output levels d. Modeling programmatic requirements for functional programs e. Implementing a risk-based Navy installation security program f. Initiating Human Capital Strategy/Workforce shaping g. Aligning with Sea Enterprise and strategic partners h. Implementing Capabilities Based Budgeting and Execution i. Regionalizing and matricing support programs j. Developing Global Basing Model to better support our warfighters and their platforms k. Performs EOY annual review on actual performance and customer satisfaction l. Several cost savings mitigations CNI comprises the Navy?s ashore installation domain, both CONUS and OCONUS. CNI comprises approximately 97 installations covering over 2M acres and over $180B in facility plant value. CNI is responsible for resources and policy for the following ashore functions: a. Air Operations b. Port Operations c. Other Operations d. Personnel Support e. Housing (bachelors and families) f. Facility Support g. Facility Planning h. Environmental i. Public Safety j. Command and Staff k. Resource Management l. Information Technology m. Personnel Services Since its inception, CNI, through efficiencies and focused efforts to deliver the right service at the least cost, has creating over $11B in returned savings to the Navy across the future years defense program (FYDP). Despite these remarkable achievements, continuing challenges exist in achieving and maintaining acceptable levels of ashore readiness which support our warfighters. CNI desires to obtain an objective review of how it is performing in delivering ashore readiness to its customers. 2.0 Objective: The objective of this effort is to provide an independent, third party, macro level, business process-focused analysis of CNI's efforts to date in improving ashore readiness. Ashore readiness is defined as the quantity and quality of delivered ashore programs from the viewpoint of the resource providers (cost of the services), the program managers (implementing required services to meet customer needs), and the customers (quality of the service). More concisely, we desire to understand: a. The expectations of the customer in regards to both programmed, and desired service level outputs b. The program director/manager?s ability to provide the mandated service levels c. The resource provider?s satisfaction in the mandated service levels verses what is being provided in the field The contractor will be required to: collect and analyze pertinent budget and financial planning data; visit 1 European Navy base and 5 CONUS Navy installations (specific sites identified below); interview various functional and program managers, customers (end users), and resource providers; review current and planned CNI process improvements; review pre and post CNI ashore output levels and associated costs; compare your findings to other ashore readiness providers (both private and public sector) and finally present results to CNI NLT 16 SEP 2005. 3.0 Analysis Specifics: 3.1 On-site visits. o Interview customers (end users), process owners and support personnel. o Gather and review pertinent business process improvement data. o Gather and review pertinent budget, financial and planning data o Review current service output levels, comparing actual output verses stated/budgeted output o Review attainment of service output levels from the viewpoint of the customer, process owners and resource providers. o Interview customers to obtain what service output levels are required, and desired 3.2 Off-site work. o Prepare macro-level comparison of visited sites? process improvement implementation status and organizational alignment maps o Develop baseline (pre-CNI) and current (post-CNI) review of actual service level outputs and compare against actual costs to deliver those services o Identify possible areas for improvement and operational/financial benefits. 4.0 Task Description and Deliverables 4.1 Pre-On-site Coordination/Data Collection. Coordinate as required to organize, plan and schedule the Analysis tasks. Collect preliminary data for use as background information for analysis team. Deliverables: Preliminary site visit/interview schedule, background data package for Analysis, and briefing materials for site visits. 4.2 Analysis. Conduct interviews, collect data, and perform tasks as noted in paragraph 3.0 and subparagraphs 3.1 and 3.2. Deliverables: Site visits to and data package collected from each of the sites visited: o Commander Navy Region Europe and Naval Air Station Sigonella, Sicily o Commander, Navy Region Northwest and Naval Base Kitsap, Washington o Commander, Navy Region Mid-Atlantic and surrounding bases, Norfolk, Virginia o Commander, Navy Region Southeast and surrounding bases, Jacksonville, Florida o Commander, Navy Region Southwest and surrounding bases, San Diego, California o Commander, Navy Installations, Washington, DC 4.3 Post-Visit Analysis. Collect, integrate and analyze site visit interviews, customer surveys, data collected, improvement opportunities and quantification of financial and operational improvement impacts. Deliverables: Detailed analysis outbrief report and briefings in Washington, DC. 4.4 Final Report. Detailed analysis and all backup materials of items listed above. Deliverables: Detailed analysis and summary report.
- Place of Performance
- Address: NAVFAC, Washington Navy Yard
- Record
- SN00868555-W 20050813/050811212749 (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 |