SOLICITATION NOTICE
B -- Peak Policy and Next Generation Inventory Model
- Notice Date
- 11/18/2016
- Notice Type
- Presolicitation
- NAICS
- 541611
— Administrative Management and General Management Consulting Services
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, PK/PZ Tinker AFB, 3001 Staff Drive, Ste 1AG76A, Tinker AFB, Oklahoma, 73145-3015, United States
- ZIP Code
- 73145-3015
- Solicitation Number
- Peak_Policy_and_Next_Generation_Inventory_Model
- Archive Date
- 12/20/2016
- Point of Contact
- Christina B. Jones, Phone: 4057393455
- E-Mail Address
-
Christina.Jones.1@us.af.mil
(Christina.Jones.1@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- PEAK POLICY AND NEXT GENERATION INVENTORY MODEL EXECUTION AND ANALYSIS Written response is required. Anticipated Award Date: On or before 21 Dec 16. Duration of Contract Period: Less than one year; approximately 10 months. This will be a Time-and-Materials contract. Electronic procedures are approved for this acquisition. Description: The proposed North American Industry Classification Systems (NAICS) Code is 541611, which has a corresponding Size Standard of $15 Million. The specific requirement for this effort is found below. PEAK POLICY AND NEXT GENERATION INVENTORY MODEL EXECUTION AND ANALYSIS Potential sources must be able to run, execute, modify, and analyze Peak Policy and Next Generation (NextGen) Inventory Model for Air Force reparable items. Traditional methods for managing items with infrequent or highly variable demand often suffer from extremely high forecast error, and, as a result, generate excess inventory and poor customer service. The Air Force is pursuing the development and implementation of advanced analyses and inventory management methods that specifically address these challenging demand patterns, based on optimization and risk management techniques, not forecasting. The methods enable a three-way trade-off among customer wait time, inventory value, and procurement and repair workload, providing a more optimal solution to meet business objectives. These advanced methods are mathematically intensive and require a modeling and simulation capability to simulate performance using randomized and historical replay based on five or more years of demand history, as well as dynamic levels updates. Peak Policy and NextGen are computational methodologies that were developed by Logistics Management Institute (LMI), and the algorithms and associated computer code are LMI intellectual property and business proprietary information. Peak Policy and NextGen are in use by the Defense Logistics Agency for consumable items, and an initial analysis of Peak Policy and NextGen for Air Force reparable items was funded by the Office of the Deputy Assistant Secretary of Defense for Supply Chain Integration, DASD(SCI), from the Spring of 2014 to the Spring of 2016. DASD(SCI) funding of Peak Policy and NextGen for Air Force-managed reparable items has ceased, and the Air Force plans to continue Peak Policy and NextGen analysis efforts. The Air Force requires the services of subject matter experts to further analyze, test, and refine Peak Policy and NextGen methodologies for highly variable and sporadic demand items to improve the Air Force's inventory performance. The ability to run, execute, modify, and analyze Peak Policy and NextGen is a required level of support that is non-negotiable. The Air Force does not have access to Peak Policy or NextGen algorithms and computer code, and potential sources must provide these methodologies on day one of the performance period. The Air Force will provide demand and basic item management data to potential sources, but all Peak Policy and NextGen algorithms, code, and supporting software must be provided by the contractor. This requirement is not for the development of information technology (IT) capability. This requirement is considered sustainment and does not allow for development or modernization of a contractor's IT capability. This requirement does not allow for the Government purchase of software modifications or software enhancements. This requirement does not allow for the Government purchase of computer hardware. This requirement does not allow access to Government servers. At time of proposal, the contractor shall have a complete IT capability that has the ability to perform the requirements as stated above. Service/Spare/Repair/OH: Service. Application: Multiple weapon systems. Destination: Tinker Air Force Base, Oklahoma Qualification Requirements: None. Export Control: Yes. Unique Identification (UID): Not applicable. LINE ITEM INFORMATION: 0001 Logistics Services for Analyses and Reports Description: Furnish all labor materials, parts, tools, equipment, transportation, services, and any incidentals necessary to provide logistics services necessary to provide logistics services for the 448th Supply Chain Management Wing at Tinker Air Force Base to run, execute, modify, and analyze Peak Policy and Next Generation (NextGen) Inventory Model for Air Force reparable items in accordance with the performance work statement (PWS). Travel in support of program requirements. Quantity: Approximately 10 months, from date of award through 30 Oct 17 0002 Data (CDRL Reporting, Not Separately Priced) Description: Data required in accordance with DD Form 1423, Contract Data Requirements List, as identified in the PWS Quantity: 10 Lots Mandatory Language: The proposed contract action is to modify existing contract for additional services for which the Government intends to solicit and negotiate with only one source, Logistics Management Institute (LMI), CAGE 2D675, located in McLean, Virginia, under the authority of FAR 6.302-1. The Government does not intend to issue a solicitation for this additional work. 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, all responses received by the closing date of this pre-solicitation announcement will be considered by the Government. A determination by the Government not to compete with 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. One or more of the items under this acquisition may be subject to an Agreement on Government Procurement approved and implemented in the United States by the Trade Agreements Act of 1979. All offers shall be in the English language and in U.S. dollars. All interested suppliers may submit an offer. Based upon market research, the Government is not using the policies contained in Part 12, Acquisition of Commercial Items. An Ombudsman has been appointed to hear concerns from offerors or potential offerors during the proposal development phase of this acquisition. The purpose of the Ombudsman is not to diminish the authority of the program director or contracting officer, but to communicate contractor concerns, issues, disagreements, and recommendations to the appropriate Government personnel. When requested, the Ombudsman will maintain strict confidentiality as to source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. Interested parties are invited to call the Ombudsman at 405-736-3273. This acquisition may/does involve technology that has a military or space application. The only US contractors who may participate are those that are certified and registered with DLSC (1-800-352-3572) and have a legitimate business purpose. US contractors must submit a copy of their current, approved DD Form 2345 with their request for solicitation. The form, including instructions for completing the form, is available at http://www.dtic.mil/whs/directives/infomgt/forms/forminfo/forminfopage2220.html. Buyer name, phone#, and email address: Christina Jones, 405-439-3455, Christina.Jones.1@us.af.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OCALCCC/Peak_Policy_and_Next_Generation_Inventory_Model/listing.html)
- Place of Performance
- Address: Air Force Sustainment Center, Bldg 3001, Tinker Air Force Base, Oklahoma, 73145, United States
- Zip Code: 73145
- Zip Code: 73145
- Record
- SN04331713-W 20161120/161118234030-33abdb1ee7cf76193749232fdcc1a3f4 (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 |