Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 30, 2005 FBO #1465
SOLICITATION NOTICE

R -- Services for facilitation support of the Lean Value Stream Analyses and Rapid Improvement Events

Notice Date
11/28/2005
 
Notice Type
Solicitation Notice
 
Contracting Office
N00244 FISC Seal Beach Det., 800 Seal Beach Blvd,, Bldg. 239, Seal Beach, CA 90740
 
ZIP Code
90740
 
Solicitation Number
N0024406T0135
 
Response Due
12/7/2005
 
Archive Date
1/6/2006
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using simplified acquisition procedures under the test program for commercial items found at FAR 13.5, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation shall be posted on both FEDBIZOPPS and NECO (http://www.neco.navy.mil/). The RFQ number is N00244-06-T-0135. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-03 and DFARS Change Notice 20050323. It is the contractor?s responsibility to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm. The NAICS code is 541611 and the Small Business Standard is 6.0M. This is a sole source action with Quality and Productivity Resources, POWAY, CA. The proposed acquisition is for a sole source procurement to be awarded to Quality and Productivity Resources (QPR), for the continuation of services for facilitation support of the Lean Value Stream Analyses and Rapid Improvement Events. The requirement is to complete Phase II support training for completion of project. The Fleet and Industrial Supply Center, San Diego, Detachment Seal Beach requests responses from qualified sources capable of providing: CLIN 0001 Six (6) 5 Day sessions of Lean implementation support IAW Statement of Work as defined below: STATEMENT OF WORK The contractor will provide six sessions of Lean implementation support by facilitating scheduled Value Stream Analyses (VSA) and Rapid Improvement Events (RIE). Facilitation for VSA will include conduct of the event, developing a current state and future state map for VSA's, and a Rapid Improvement Plan. For the RIE, support will include conduct of the event, developing and implementing a process improvement during the RIE, documenting baseline and new metrics, and reporting applicable results (ie newspaper, TPR). Conduct of events will be conducted utilizing Lean principles and tools. Value Stream Analysis (VSA): During the 5-day session,a team is chartered which is comprised of NAVSEA organization/site leadership, stakeholders, and their Lean Deployment Team. The team is provided training and will create and analyze the current state value stream map for sources of waste, document the baseline conditions, and identify improvement metrics. Depending on the focus of the VSA, it may be appropriate to include other organizations such as suppliers, external customers and contracted support service providers as participants. Rapid Improvement Events (RIEs): Rapid Improvement Events are action oriented, typically 3 days in length, and consist of 1 to 2 areas of focus per RIE. The RIE and team topics are drawn from Rapid Improvement Plans developed during Value Stream Analysis. The teams are cross-functional and usually consist of 6-8 people each. A structured 7 week improvement cycle is employed to prepare for, execute, and follow-up on the Rapid Improvement Event. First pass topics typically include addressing workplace organization and layout, creating standard operations, implementing pull systems, and visual workplace. Preliminary identified areas of focus/processes and schedules are: Session One - Failure Report Process/IT Support; December 12 to December 16 (5 days); Session Two - Field Problem Reporting Process; January 16 to January 20 5 days); Session Three - Travel Planning and Expense Process January 30 to February 3 (5 days); Session Four - Timekeeping Process/Analysis Tools, March 13 to March 17 (5 days); Session Five - Fleet Training Exercises/Missile Flight Analysis, April 10 to April 14 (5 days); Session Six - Comptroller Identified Process Improvements May 15 to May 19 (5 days); Sessions are Mondays though Fridays ? 8:30 to 4:00. Place of performance is Naval Surface Warfare Center, Corona CA 93943. The following FAR provisions and clauses are applicable to this procurement: 52.212-1, Instructions to Offerors - Commercial Items; 52.212-3 ALT I, Offeror Representations and Certifications -Commercial Items; 52.212-4, Contract Terms and Conditions - Commercial Items; 52.247-34, F.O.B. Destination; and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items with the following clauses applicable to paragraph (b): 52.222-3, Convict Labor; 52.222-19, Child Labor ? Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.232-33, Payment by Electronic Funds Transfer ? Central Contractor Registration. Quoters are reminded to include a completed copy of 52.212-3 ALT I with quotes. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: 252.212-7000, Offeror Representations and Certifications -Commercial Items and 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items including 252.225-7001, Buy American Act and Balance of Payments Program; 252.225-7012, Preference for Domestic Commodities; 252.247-7023, Transportation of Supplies by Sea; 252.247-7024, Notification of Transportation of Supplies by Sea. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, the Government will consider all proposals received within ten days after date of publication of this synopsis. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. All responsible sources may submit a quote, which shall be considered by the agency. Quoters must be registered in the CCR database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov/. Quoters should also complete their Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov. Anticipate award date will be on 12/7/05. !
 
Web Link
Click here to learn more about FISC San Diego
(http://www.sd.fisc.navy.mil)
 
Record
SN00938424-W 20051130/051128212022 (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.