Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 04, 2018 FBO #5945
SOURCES SOUGHT

R -- Army G-8 Business Transformation Support Services - BTS Draft PWS

Notice Date
3/2/2018
 
Notice Type
Sources Sought
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - APG (W91CRB ) Division D, 6515 Integrity Court, Building 4310, Aberdeen Proving Ground, Maryland, 21005-3013, United States
 
ZIP Code
21005-3013
 
Solicitation Number
W91CRB-18-R-0030
 
Archive Date
3/31/2018
 
Point of Contact
Alexander S. Obriwin,
 
E-Mail Address
alexander.s.obriwin.civ@mail.mil
(alexander.s.obriwin.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Draft Performance Work Statement for G-8 Business Transformation Support (BTS) Services Business Transformation Support (BTS) Sources Sought Notice and Draft PWS W91CRB-18-R-0030 Sources Sought Notice: This notice is for market research only, with the intent to identify eligible Tribal 8(a) entities or other businesses under the special socioeconomic categories identified in FAR 19.203 (8(a), HUBZone, SDVOSB, WOSB) that are interested in and capable of performing the requirements in the attached Performance Work Statement (PWS). This sources sought notice neither constitutes a Request for Proposal or Invitation for Bid, nor does it restrict the Government to an ultimate acquisition approach. This notice should not be construed as a commitment by the Government for any purpose. Each interested party should submit a tailored capabilities statement for this requirement not to exceed fifteen (15) pages (including any attachments) that clearly details the firm's ability to perform the aspects of the requirement described within this Sources Sought Notice. Each interested party must articulate its qualifications and capability to support the requirements of the attached PWS. Specifically, the Government requests that capabilities statements include the following information: 1) Vendor's business name, point of contact, address, CAGE code and DUNS number. 2) Indication of the concern's current certified business and socioeconomic status/category and small business size status specifically under NAICS code 541611 or alternate recommended NAICS code if the vendor believes an alternate NAICS code is applicable; this indication should be clearly marked on the first page of the capabilities statement. 3) A statement or explanation of the company's background, technical expertise, experience, staffing, and other capabilities that demonstrate the company's ability to perform the required services identified in the PWS. 4) Explanation of your team's knowledge and experience regarding NAICS 541611, especially with respect to the following: a) Process improvement and change management approaches, methods and tools related to cognitive creative processes and transactional processes in strategic requirements and resource planning, programming and budgeting operations. b) Lean Six-Sigma and Continuous Process Improvement for large enterprises, and Army LSS deployment policies. c) Familiarity with aspects of resource master data systems, and planning, programming, budgeting and execution systems, especially within the Army. d) Policies, systems and procedures for developing requirements for materiel capabilities, managing acquisitions and life-cycle costs of equipment for large enterprises, like the Army. e) Policies regarding Item Unique Identification (IUID), especially Unique Item Identifier (UII) assignment, mark encoding and symbology quality verification and validation; UII registration, contract clauses, defect detection, and data flow in goods movement transactions. f) Secure, native mobile apps using XML or JSON schemas and barcodes for improving logistics processes, like detecting and reporting barcode defects; marking items and locations; documenting goods inventories and inspections, and documenting goods issues and receipts. g) Methods and procedures for using meal entitlement codes in employee smart cards, like the Meal Entitlement Codes (MEC) in DoD Common Access Cards (CAC). h) Adjusting efficiencies-driven, food service menu items to remain current with dining customer demands and the costs to stock food service kiosks; and updating enterprise-driven recipe and pricing requirements in support of a-La-Carte feeding; and adjusting marketing strategies and catalog requirements for dining facilities, meal kiosks, and extended delivery options, including food trucks; developing enterprise menus for extended delivery options, including food trucks and kiosks; and evaluating menus in support of feeding athletes. i) Monitoring staffing standards and training for the operations of perishable goods stores and kiosks; and developing standard operating procedures and control plans for extended delivery options, like food trucks; j) Using an enterprise-level, automated information system to collect and analyze food service data in support of recommending budget justification narratives for enterprise-level programs in large enterprises like the Department of the Army. k) Familiarity with methods and metrics to streamline and monitor and track efficiencies in food service organizations. 5) Description of any relevant examples of similar performance or involvement with similar contracts or projects. Relevant examples must be comparable work performed within the past 3 years with a brief description of the project, customer name, and timeliness of performance, customer satisfaction, and dollar value of the project. Provide at least 2 examples. 6) A summary of the company's facility and personnel security clearance levels or the company's ability to obtain such clearances within a sufficient timeframe to support this requirement. In addition, the vendor's capabilities statements should answer the following questions: Q1) From a personnel resource stance, does your company have sufficient human capital assets in the area of business process transformation to support at least 50 percent of the overall costs of contract performance for a project of this size and scope? Q2) Does your company have a current approved DCAA Cost and Accounting System? Q3) Does your company believe a different NAICS code should be considered for this PWS? Q3a) If so, please provide recommendations with supporting rationale. Q4) Does your company have interest as a prime or subcontractor? Q5) What contract type does your company believe would be the best fit for this requirement, based on the contents of the PWS? Q6) Which elements or proportions of the PWS would your company subcontract rather than perform with your own resources? Q7) Does this Performance Work Statement (PWS) provide sufficient information for you to submit a proposal? Q7a) If not, what additional information is required? Q8) Are there any ambiguities that require clarification? Q9) Are the standards of performance clear? Q10) Are there additional standards that should be incorporated? Q11) Is the vendor aware of any General Services Administration (GSA) Schedules or Government-wide Acquisition Contracts (GWACs) that could satisfy this requirement? ********** Only electronic submissions will be accepted. Electronic files larger than 5 MB shall be broken down into multiple files with no one file exceeding 5 MB. Each electronic submission shall include: 1) "W91CRB-18-R-0030 Capabilities Statement" in the subject line. 2) If the submission includes more than one email, the file number and total files being submitted (e.g., File 1 of 4, File 2 of 4, etc.) in the subject line. 3) In the body of the email, include a Point of Contact (POC), phone number, and email address of the person to be contacted regarding any correspondence between the Government and the vendor. This person should be a primary contact and capable of addressing questions or issues associated with the submission or content of the capabilities statement. 4) Include a brief summary of the email's content, the vendor's name, and mailing address. 5) The capabilities statement attachment. All capabilities statements sent in response to the Sources Sought must be submitted via e-mail only to alexander.s.obriwin.civ@mail.mil, no later than 12:00 PM EST, on Friday, March 16th 2018. Capabilities statement receipt time will be determined by the recorded time of receipt in the email box. In the event submissions include multiple electronic files, all files must be received in the electronic mailbox by the due date.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/48309aae9b3a1c17434e946a8203bb01)
 
Place of Performance
Address: National Capitol Region, Fort Belvoir, Fort Lee, United States
 
Record
SN04841095-W 20180304/180302231255-48309aae9b3a1c17434e946a8203bb01 (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.