Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 24, 2012 FBO #3926
SOURCES SOUGHT

R -- Request for Information U.S. Army Logistics Innovation Agency (LIA) Knowledge Management (KM) Initiative

Notice Date
8/22/2012
 
Notice Type
Sources Sought
 
NAICS
541614 — Process, Physical Distribution, and Logistics Consulting Services
 
Contracting Office
ACC - New Jersey, Center for Contracting and Commerce, Building 10 Phipps RD, Picatinny Arsenal, NJ 07806-5000
 
ZIP Code
07806-5000
 
Solicitation Number
W15QKN-12-S-DM02
 
Response Due
10/8/2012
 
Archive Date
12/7/2012
 
Point of Contact
Darryl Majors, 609-562-8047
 
E-Mail Address
ACC - New Jersey
(darryl.m.majors.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
This announcement is an Request for Information (RFI) and is for planning purposes only; it is not to be construed as a commitment by the Government. This is a RFI only and does not constitute a commitment, implied or otherwise. THE GOVERNMENT DOES NOT INTEND TO AWARD A CONTRACT ON THE BASIS OF THIS RFI OR REIMBURSE ANY COSTS ASSOCIATED WITH THE PREPARATION OF RESPONSES TO THIS RFI. The information requested herein will be used within the Army/Department of Defense (DoD) to facilitate decision making and will not be disclosed outside the agency. This restriction does not limit the Government's right to use information contained in these data if it has been obtained from another source without restriction. A contract shall not be awarded as a result of this RFI. The US Army Contracting Command, Fort Dix, NJ, on behalf of U.S. Army Logistics Innovation Agency (LIA) a Field Operating Agency of the Office of the Deputy Chief of Staff (DCS), Logistics, Headquarters Department of the Army (G-4) is interested in gathering information to further its understanding of current methodologies and procedures for planning the establishment of an LIA Knowledge Management (KM) Initiative. LIA is composed primarily of knowledge-based workers with a wide variety of skill sets. It employs a multi-disciplined logistics support workforce with experience in transportation, maintenance, supply, engineering, computer engineering, operations research, business management, contract management, and project management. LIA operations are split between two geographical locations in Fort Belvoir, VA and New Cumberland, PA and staffed with approximately 100 personnel. The mission of LIA is to provide innovative capabilities and solutions for improved operational and tactical logistics readiness. LIA' mission supports the DCS, G-4 objective in the areas of strategic readiness, current and future logistics, logistics domain automation, policy, logistics business transformation and innovation. Under the direction of a Senior Executive Service Director, LIA leverages small collaborative teams to improve logistics operations. LIA uses well-defined processes of exploration, discovery, demonstration, and transition to integrate logistics solutions that help prepare the Army for uncertain and complex future operating environments. LIA is responsible for logistics innovation, technology exploration, and changes to logistics processes to facilitate the development and fielding of concepts of support that enable Joint interdependency and keep pace with the current and future operating environments. These changes are designed to enhance capabilities that support Combatant Commanders' operational requirements to include overseas contingency operations, DoD and Joint concepts, enablers, and interdependencies. LIA fulfills mission requirements through its work with the logistics community to identify and address capability gaps in logistics processes at tactical and operational levels; leveraging academic, commercial, and governmental science and technology developments and supply chain best practices to formulate solutions that address war fighter needs and enhance logistical capabilities at tactical and operational levels; assessment of potential logistics solutions and, where appropriate, work in cooperation with the materiel and combat development communities to achieve rapid integration of new systems into the Army operational force; conducting research on logistics through analyses and demonstrations; and coordinating directly with Army Commands (ACOMs), agencies, activities, and other military organizations and non-DOD Federal departments and other appropriate organizations in executing assigned missions and functions. All Contractors shall provide their size standard in accordance with NAICS code 541614. Please note that in accordance with FAR Part 19, the Government seeks maximum practicable opportunities for small business participation for this acquisition. Interested small business concerns that are qualified as a small business concern under NAICS code 541614 with a size standard of $14.0 million in revenues are encouraged to submit their capability packages. 1. Responses should address a solution which indicates how the firm shall perform and document KM baseline analyses to assess the current state of LIA 's "knowledge health" and LIA's overall KM readiness/capability to meet the strategic goals/objectives of LIA Strategic Plan 2010-2014. Some examples of areas of LIA enterprise to be analyzed as part of KM baseline analyses include: organizational culture; organizational structure/design; availability of adequate organizational knowledge assets (including associated KM technology); business processes, including project management and project portfolio management; business process management; organizational personnel policy and practices (including competency management), and organizational education and training. The current LIA KM-related Information Technology (IT) infrastructure (based on Microsoft Sharepoint 2007 and Project Server 2007) will be evaluated for its sufficiency as well. 2. Other attributes of the solution shall include and discuss: Development and documentation of taxonomies and ontology's for each of the LIA practice communities and functional domains. Development of an LIA KM Strategy document (to be closely aligned with LIA Strategic Plan 2010-2014) Development and documentation of LIA KM Project measures/metrics. Development and documentation of vendor's proposed LIA KM Solution, which will include the recommended people/culture-related, process-related, and technology-related KM tools to be employed as part of the Vendor's KM solution. IT centerpiece to KM effort will be a specially designed LIA Knowledge Portal from which KM-related IT/web-based tools can be accessed. Technology-related recommendations are to be specific as to product and its vendor(s), as well as pricing information. Development and conduct of LIA KM Familiarization training---designed to shape the workforce for integration of KM solution into LIA business processes and to promote employee buy-in. Development and documentation of an implementation plan for the government-approved LIA KM solution. This effort to commence once LIA promulgates the official LIA KM Strategy document. Deployment and Deployment Support. Provide support to LIA in deploying the KM solution, including providing appropriate technical advisory services and user support. User support shall include the development and conduct of KM software and web application user training 3.Central Contractor Registration (CCR) status (https://www.bpn.gov/ccr/default.aspx). 4.Updated Online Representations and Certifications Application (ORCA) information (https://orca.bpn.gov/login.aspx). 5. Recent and relevant experience with this type of solution. 6.It is requested that your firm submit a brief capabilities statement package (no more than 10 pages, single spaced, 11 minimum font size) demonstrating ability to provide capabilities listed above. A generic capability statement is not acceptable. The response should not exceed a 5 MB e-mail limit for all items associated with the RFI response. RFI submissions will be accepted as email attachments only. The capabilities statement package should be sent via e-mail to: mark.a.holloway.civ@mail.mil and copy furnish Darryl Majors at darryl.m.majors.civ@mail.mil no later than 8 October 2012, 4:30 EST. This RFI does not constitute a solicitation for proposals or any obligation on behalf of the Government. The responses to this RFI are not an offer and cannot be accepted by the Government to form a binding contract. No contract award will be made on the basis of this RFI. The Government will not pay for any information received in response to this RFI, nor will the Government compensate any respondent for any cost incurred in developing the information. Vendor participation is not a promise of future business with the Government. Any information provided in response to this RFI will be used for informational purposes only and will not be returned. All proprietary information should be clearly marked as such. All information submitted by respondents to this RFI, including appropriately marked proprietary information, will be safeguarded and protected from unauthorized disclosure. All government and contractor personal reviewing RFI responses will have signed non-disclosure agreements and understand their responsibility for proper use and protection from unauthorized disclosure of proprietary information as described 41 USC 423. The Government shall not be held liable for any damages incurred if proprietary information is not properly identified. 7.Responses should include the (1) business name and address; (2) name of company representative and their business title (3) email address, (4) phone number. IF A SOLICITATION IS ISSUED IT WILL BE ANNOUNCED AT A LATER DATE, and all interested parties must respond to that solicitation announcement separately from the responses to this announcement
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/4bf0838c55d0a694fd13c93846b5ce6f)
 
Place of Performance
Address: ACC - New Jersey Center for Contracting and Commerce, Building 10 Phipps RD Picatinny Arsenal NJ
Zip Code: 07806-5000
 
Record
SN02851155-W 20120824/120823001603-4bf0838c55d0a694fd13c93846b5ce6f (fbodaily.com)
 
Source
FedBizOpps 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.