Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 18, 2015 FBO #5047
SOURCES SOUGHT

54 -- Industrial Base Study - SOURCES SOUGHT

Notice Date
9/16/2015
 
Notice Type
Sources Sought
 
NAICS
541690 — Other Scientific and Technical Consulting Services
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - Warren (ACC-WRN)(DTA), 6501 EAST 11 MILE ROAD, Warren, Michigan, 48397-5000, United States
 
ZIP Code
48397-5000
 
Solicitation Number
W56HZV15R0140
 
Point of Contact
CHARLEY G. JACKSON JR., Phone: (586) 282-3514, ERIC MURPHY, Phone: 586-282-5483
 
E-Mail Address
charley.g.jackson2.civ@mail.mil, eric.d.murphy20.civ@mail.mil
(charley.g.jackson2.civ@mail.mil, eric.d.murphy20.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT See attached sources sought. Sources Sought - Ground Combat Systems Industrial Base Assessment Purpose: The Program Executive Office Ground Combat Systems (PEO GCS) Industrial Base team is seeking feedback from potential vendors interested in providing detailed industrial base assessments on the organic and vendor base of ground combat systems. Background: Significant capability, capacity, and cost impacts are being placed on defense programs. These impacts could in the short term have dire consequences to manufacturers, resulting in major losses of critical industrial base sectors and suppliers along with potentially impacting core workload at depots and arsenals. US Army policymakers must develop overarching strategies that will sustain, preserve and retain the defense industrial base. Scope of Work: PEO GCS is contemplating awarding multiple call orders for varying industrial base projects described below. The effort will involve extremely detailed and complex analyses through multiple layers of data, reports and studies held at a multitude of Original Equipment Manufacturers' (OEM's) sites, Program Executive Office's (PEO's), arsenals, depots, other U.S. Army and DOD agencies, and the multiple tiered vendor bases supporting these organizations. The data gained from these requirements will provide the US Army with the ability to independently assess current state and reduce or prioritize the budget across the Army's industrial base. Several of the projects will be based off prior industrial base studies and assessments where the data is not releasable to contractors other than A.T. Kearney Public Sector and Defense Services. Areas of potential interest include but are not limited to the following: (a) Combat vehicle transmission - follow on assessment (b) Arsenal work loading - follow on assessment (c) Organic network - follow on analysis (d) JSMC facility - follow on assessment (e) Strategic planning and program evaluation (f) Commonality studies (g) Should cost training and development (h) Assessments of government and vendor facilities (i) Improvement Plans for government and vendor facilities (j) Reset of manufacturing production lines (k) Ameliorate facility shutdown, or facility efficient restart, or facility alternative production assessments (l) Strategies for critical and high dollar value items (m) Government, OEM, or vendor labor skill assessments (n) Identification, retention and maintenance studies of critical labor categories (o) Cost, capacity, and capability assessments (p) Current state assessments, bench marking, and scenario analysis (q) Supply, maintenance, or logistics network strategies (r) Engineering Industrial Base Assessments (s) Organic or supplier assessments (t) Studies on the impact of schedule and force structure across the industrial base (u) Follow on analyses of prior PEO GCS assessments (v) Strategies for program cost reductions, organization, processes, design affordability and acquisitions (w) Identification of cost reduction opportunities to include material, labor, overheads, collaborative material sourcing, vendor deep dives, maintenance, commodity sourcing, affordability initiates, strategies and implementation plans (x) Agency, OEM, vendor efficiency and effectiveness studies (y) Restructure, transformation and infrastructure assessments (z) Strategic sourcing assessments (aa) Cost modeling or cost structures (bb) Specification streamlining and analysis (cc) Scenario analyses, network strategy planning, actionable recommendations, implementation plans, risk mitigation plans and communication plans. Responses: PEO GCS is seeking information from interested parties to perform the non-personal services mentioned above. The intent of this Sources Sought is to request capability statements from interested parties. Responses shall also address a notional scheme of support and to meet the requirements of the scope of work. Responses should be no more than ten pages in length. A page is defined as 8.5 x 11, 12 pt, and Times New Roman font. PEO GCS invites potential firms to submit responses as a digital copy (pdf) to Charley Jackson, Jr. (charley.g.jackson2.civ@mail.mil) no later than 30 SEP 15 at 1700 hours local time (Eastern Daylight Time - EDT). Please confirm receipt of your statement before the deadline in order to be considered. The United States Government (USG) acknowledges its obligations under the Federal Acquisition Regulation (18 U.S.C. §1905) to protect confidential information provided to the Government. Pursuant to this statute, the USG is willing to accept any trade secrets or proprietary restrictions placed upon data presented in response to this survey and to protect such information from unauthorized disclosure, subject to the following: • Data must be clearly marked PROPRIETARY and be accompanied by an explanatory text so that the Government is clearly notified on what data is proprietary. • Mark only data that is truly confidential. • Do not mark data that is already in the public domain or is already in possession of the USG or third parties on an unclassified basis. • DO NOT submit any classified data in response to this market survey. • Proprietary data transmitted electronically must have the PROPRIETARY legend on both the cover of the transmittal e-mail as well as at the beginning of the file. Proprietary information contained within the correspondence shall use the legends: "PROPRIETARY PORTION BEGINS" and "PROPRIETARY PORTION ENDS." Disclaimer: The Government is not responsible for the public disclosure of unmarked data received in response to this sources sought. Accordingly, firms shall ensure that technical data provided in response to this market survey shall be appropriately marked (i.e. proprietary) to ensure proper Government handling of the data. Should the USG need to reproduce the protected data for distribution purposes between Government offices, all such data shall be reproduced with restrictive legends in place. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. The Government is under no obligation to issue a solicitation or to award any contract on the basis of this synopsis. The Government will not pay for any information solicited. No evaluation letters or results will be issued to the respondents. No solicitation exists; therefore, do not request a copy of the solicitation. If a solicitation is released it will be synopsized in FedBizOpps. It is the potential firm's responsibility to monitor the site for the release of further information. The Government intends to review all responses submitted by Industry and may use this data to refine requirements.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/e8a9f28dd39a2721d3b36ade37370248)
 
Record
SN03889532-W 20150918/150916235811-e8a9f28dd39a2721d3b36ade37370248 (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.