Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 06, 2019 FBO #6343
SOURCES SOUGHT

R -- Readiness Planning and Performance Analysis to employ the Performance-to-Plan process

Notice Date
4/4/2019
 
Notice Type
Synopsis
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
N00189 NAVSUP Fleet Logistics Center Norfolk Philadelphia Office 700 Robbins Avenue, Building 2B Philadelphia, PA
 
ZIP Code
19111
 
Solicitation Number
N0018919RZ058
 
Point of Contact
Nicholas Milillo, 215-697-0321
 
Small Business Set-Aside
N/A
 
Description
The NAVSUP Fleet Logistics Center Norfolk, Contracting Department, Philadelphia Office announces a Request for Information to identify the availability of potential prime sources capable of providing Readiness Planning and Performance Analysis, specifically Performance-to-Plan (P2P) process, to improve Navy Readiness by clearly articulating performance gaps, identifying barriers to execution and developing potential solutions to achieve an integrated, enterprise approach to Readiness recovery as outlined in the NDS. Key elements of P2P are: Creating a shared understanding of organizational metrics “ both backward- and forward-looking Understanding the effort needed to achieve Readiness success Elevating barriers and matters requiring Echelon I leadership action to resolve Fostering a data-driven decision culture Simplifying and standardizing metrics reporting to spotlight issues and improve problem-solving A Readiness Planning and Performance Analysis process will reduce intuition based decisions, increase confidence in data-driven cause and effect relationships, improve the cadence of accountability in execution, and increase the velocity of learning across the Navy. Due to the inherent complexities of the Navy Enterprise, there is a very large volume of available program execution data; a Readiness and Performance Analysis process centers leadership focus on the most impactful performance drivers to achieve Readiness recovery, while highlighting key opportunities to better achieve measurable outcomes in the most efficient manner. A cost-plus-fixed-fee contract is anticipated that will consist of a twelve-month base period and four one-year option periods. The North American Industrial Classification System (NAICS) code for this acquisition is 541611. Firms possessing the requisite skills, resources and capabilities necessary to perform the stated requirement as a prime contractor are invited to respond to this notice via the submission of an executive summary. Submissions are not to exceed three (3) typewritten pages in no less than 12 font size. In addition to the executive summary, industry feedback to the draft performance based work statement is requested “ all comments/ideas will be considered, although any questions/comments/ideas will not be responded to directly. The goal of such feedback is to determine if a) a small business would be able to perform as a prime contractor, or b) any other sources other than the incumbent would be able to perform as a prime contractor. The submission should include the following information and reference N0018919RZ058: 1. Company name, address, and point of contact with corresponding phone number and e-mail address 2. DUNS number, Cage Code, business size and classification 3. Capability statement displaying the contractor ™s ability to provide the services to include past performance information. If past performance information is provided, please include only relevant past performance on the same/similar work within the last five (5) years. This relevant past performance information should identify the applicable contract number; total contract dollar amount; capacity performed (Prime or Sub); contract period of performance; description of the relevant services provided AND the relevancy of the services to the proposed academic services and educational support requirement; and a customer point of contact with corresponding telephone number and e-mail address (up to two references). Relevant past performance is past performance of the same or similar scope and magnitude to the described requirement. Standard brochures and/or paraphrasing of the RFI will not be considered sufficient to demonstrate the capabilities of an interested party. All submissions are required to be submitted via e-mail to nicholas.milillo@navy.mil no later than 3:00pm (local time/Philadelphia, PA) on 11 April 2019. Please direct any questions concerning this Request For Information to Mr. Nicholas Milillo at nicholas.milillo@navy.mil. This announcement constitutes a Request For Information for planning purposes only and is not to be construed in any way as a commitment by the Government. This is not a solicitation announcement for proposals and a contract will not be awarded from this announcement, nor will the Government pay for the information received in response to this announcement. Respondents will not be notified of the results. Please note the information contained within this RFI will be updated and/or may change prior to issuance of an official solicitation. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (04-APR-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/DON/NAVSUP/FISCDETPHILA/N0018919RZ058/listing.html)
 
Record
SN05271255-F 20190406/190404230028 (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.