SOURCES SOUGHT
99 -- The United States Postal Service seeks information from Suppliers for a COTS based solution to fully integrate automated industrial mail processing facilities for operational asset and resource management.
- Notice Date
- 4/26/2018
- Notice Type
- Sources Sought
- NAICS
- 339999
— All Other Miscellaneous Manufacturing
- Contracting Office
- United States Postal Service, Mail & Operational Equipment Portfolio, Automation CMC, 8403 Lee Highway, Dewey Bldg, Merrifield, Virginia, 22082-8150
- ZIP Code
- 22082-8150
- Solicitation Number
- 3A-18-A-0062
- Archive Date
- 6/29/2018
- Point of Contact
- David A. Milnes, Phone: (703) 280-7810, Tammi L Robinson-Minor, CPSM, C.P.M, Phone: (703) 280-7885
- E-Mail Address
-
david.a.milnes@usps.gov, tammi.robinson-minor@usps.gov
(david.a.milnes@usps.gov, tammi.robinson-minor@usps.gov)
- Small Business Set-Aside
- N/A
- Description
- Purpose The United States Postal Service (USPS) seeks information for a Commercial Off-the-Shelf (COTS) based solution to fully integrate automated industrial processing facilities (i.e., Smart Facility / Factory 4.0 / Factory of the Future, Production Control System) for operational asset and resource management, including, but not limited to, automated management of inventory flows, mail transport equipment movement, routing and scheduling. The USPS mail operation within each facility has specific time constraints for processing mail, by product type, in order to meet service commitments. The COTS solution shall include modeling, planning, and simulation features that the USPS can leverage to evaluate potential process optimization scenarios for implementation. Requirements At a minimum, responses must include the following information: 1. Description of the solution's capability to optimize workflows and management processes, improve plant services, and identify opportunities to reduce costs. 2. Details of how USPS can leverage the solution to manage, create, maintain, update and analyze the USPS factory operations, and support functions related to the movement of mail. 3. Overview of the solution's implementation approach and/or requirements (i.e., computing environment, system requirements, network, etc.) with respect to the solution's ability to perform and be hosted in either an on premise or in a cloud computing environment (i.e., non-cloud vs. cloud). 4. Definition of the types of inputs (REST API, DLL, Web Hooks, etc.), including near real-time location and inventory data feeds that the solution is capable of integrating with. 5. Solution's adaptability and configurability for rapid customization to the USPS mail processing environment's unique business rules. 6. Capability statement, demonstrating Supplier's ability to achieve rapid time-to-market. Suppliers that are interested in providing information must also provide the following information: - Company name, including any subsidiaries or associated companies - Company address - Company website - Point of contact/phone number/email address - Company overview Proprietary Information, if any, should be kept to a minimum and MUST BE CLEARLY MARKED. Please be advised that all submissions become USPS property and will not be returned. Provision A-2: Solicitation for Information or Planning Purposes (March 2006) (Modified) 1. The USPS does not intend to award a contract on the basis of this solicitation or to pay for the information solicited. 2. This solicitation is issued for the purpose of gathering information to assess market capability for integrating mail processing environment. Written submissions must be provided via email to David Milnes at David.A.Milnes@usps.gov no later than 5:00 P.M. Eastern Daylight Time (EDT) on May 11, 2018. Any questions pertaining to this RFI should be directed to David Milnes prior to the submission deadline. •·
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USPS/SSP/APHQ/3A-18-A-0062/listing.html)
- Place of Performance
- Address: 8403 Lee Highway, Dewey Bldg., Merrifield, Virginia, 22082-8150, United States
- Zip Code: 22082-8150
- Record
- SN04902112-W 20180428/180426230906-04db6fd39571f2033356c6f5c13ff452 (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 |