SOURCES SOUGHT
V -- Sources Sought for Organizational Clothing and Individual Equipment (OCIE) related services
- Notice Date
- 9/20/2014
- Notice Type
- Sources Sought
- NAICS
- 541614
— Process, Physical Distribution, and Logistics Consulting Services
- Contracting Office
- ACC-APG-TENANT CONTRACTING DIV,, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013
- ZIP Code
- 21005-3013
- Solicitation Number
- W91ZLK-15-T-7777
- Response Due
- 9/26/2014
- Archive Date
- 11/19/2014
- Point of Contact
- Timothy J Compton, 4102780747
- E-Mail Address
-
ACC-APG-TENANT CONTRACTING DIV
(timothy.j.compton7.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- THIS IS NOT A SOLICITATION ANNOUNCEMENT. THIS IS A SOURCES SOUGHT SYNOPSIS ONLY. The purpose of this sources sought notice is to gauge the level of interest and capability within the contracting community for providing Organizational Clothing and Individual Equipment (OCIE) related logistics services for US military personnel returning back to the United States after overseas deployment. This is anticipated to be a Firm-Fixed priced contract. Response to this notice is strictly voluntary and will not affect any interested party's ability to submit an offer if and when a solicitation is released. There is no bid package or solicitation document associated with this announcement; however, general market pricing may be submitted to assist in the market research. The anticipated NAICS code is 541614 (Process, Physical Distribution, and Logistics Consulting Services), and the FSC is v301 (Relocation Services). Anticipated Scope of Activities: 1.0 Scope: 1.0.1The contractor shall provide all resources including personnel, management, supplies, services, materials, equipment, facilities and transportation necessary to provide the following OCIE-related logistics services for US military personnel deploying back to the United States after overseas deployment. 1.0.2The contractor's responsibilities include: OCIE material requirements planning, inventory management and operation, total asset visibility and management, vendor/acquisition management, staging, shipping and receiving. 1.0.3As defined in this PWS, the contractor shall conduct logistical analyses based on Soldier redeployment strength estimates, inventory management of stockage levels, and material requisition strategies. a)The contractor shall coordinate OCIE RESET shipments and validate OCIE RESET packages with the applicable Central Issue Facility, Army Commands and Logistics Centers, which consist of Sierra Army Depot (SIAD) and Kentucky Logistic Center (KYLOC). b)The contractor shall generate and analyze post shipment data and reports utilizing the Army's Installation Support Module Central Issue Facility (ISM-CIF); the computerized OCIE property book system utilized at installation CIFs throughout the Army. c)The contractor shall assemble and furnish master program reports that provide information on number(s) of scheduled OCIE RESET fielding, shipments, and fill rates. d)The contractor shall facilitate and monitor the flow of all OCIE RESET package documents and perform quality spot checks prior to making OCIE shipments to the CIFs from SIAD and KYLOC. e)The contractor shall monitor and maintain receipt for OCIE RESET shipment items at SIAD that are received from the KYLOC and Defense Logistics Agency & Troop Support (DLA TS). f)The contractor shall monitor all OCIE RESET shipments earmarked for the units and that are being shipped to the designated installations' CIFs. g)The contractor shall provide the CIFs with paper copies of the OCIE RESET receipt documents for input into the ISM-CIF and property book system. h)The contractor shall review and monitor OCIE items backorders and provide status reports regarding delays and releases to the SIAD and KYLOC. i)The contractor shall generate direct exchange reports by installation utilizing the ISM-CIF system. j)The contractor shall review and analyze SIAD and KYLOC OCIE property book balances and ensure property is recorded in CIF-ISM. k) The contractor shall prepare and update the OCIE RESET OCIE menus and OCIE requirements based on the available funds provided from the CMO. l) The contractor shall monitor and record the OCIE RESET items purchases by document numbers utilizing the Federal Logistic (FEDLOG) system and the Logistics Information Warehouse (LIW) system. m) The contractor shall execute an OCIE RESET Material Fielding Plan to include an effective stakeholder communication and roll out strategy, to provide serviceable OCIE to redeploying Soldiers. 1.0.4These contractor services shall allow for the timely equipping of the Warfighter, maintaining and sustaining the units' readiness level. Contractor performance of these services will enable Active, Reserves and National Guard units to return to training status through resupply of individual clothing and modernization of equipment. The contractor's objective is to issue units redeploying from Operation Enduring Freedom (OEF) and Operation New Dawn (OND) 100% of the required OCIE to the force pool within 90 days of redeployment. Results will include (i) Soldiers receiving their assigned mission specific and personal equipment; (ii) ensuring that effective business practices are being utilized to ensure accountability; and (iii) that OCIE RESET missions are accomplished at the 47 locations identified in paragraph 1.3.7 below. Statement of Interest: Please respond only if your company can realistically complete the scope of work. Contractors are encouraged to submit a capabilities statement describing corporate experience in managing requirements similar in size and scope to the activities described above. This is not a request for quotation. An official request for quotation will be posted if the acquisition of this service is required following the market research. This capabilities statement should not exceed 10 pages in length and should focus on successful recent (within the past 3 years) and relevant past performance to this anticipated scope. This capabilities statement may also include relevant past performance of key personnel. Please include the following with your response: Name and address of firm Cage Code Size of business/socio-economic concern Point of contact and telephone Submission Instructions: Please email your responses to TJ Compton, timothy.j.compton7.civ@mail.mil no later than 26 September 2014 at 12:00 p.m. EST. Since this is a sources sought to be used in planning a future acquisition, do not send a proposal. Requests for proposals, if and when issued, will be available on the Internet at FedBizOpps.gov. The Government shall not be liable for or suffer any consequential damages for any improperly identified propriety information of the submission of the contractor's information. Proprietary information will be safeguarded in accordance with applicable Government regulations.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/0c746a32f9de6eb78d66a6975abd184a)
- Place of Performance
- Address: ACC-APG-TENANT CONTRACTING DIV, 4118 Susquehanna Avenue Aberdeen Proving Ground MD
- Zip Code: 21005-3013
- Zip Code: 21005-3013
- Record
- SN03521364-W 20140922/140920233438-0c746a32f9de6eb78d66a6975abd184a (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 |