SOURCES SOUGHT
70 -- Supply Chain Digital Twin & Demand Modeling of USMC Ground Weapon Systems (Proof of Concept)
- Notice Date
- 7/22/2020 7:47:31 AM
- Notice Type
- Sources Sought
- NAICS
- 511210
— Software Publishers
- Contracting Office
- COMMANDING OFFICER WASHINGTON DC 20380-1775 USA
- ZIP Code
- 20380-1775
- Solicitation Number
- MR20-013
- Response Due
- 7/29/2020 9:00:00 AM
- Archive Date
- 08/13/2020
- Point of Contact
- Stephen Page, Phone: 7036042074, R. Paul Bean, Phone: 703-604-4498
- E-Mail Address
-
stephen.k.page@usmc.mil, richard.p.bean@usmc.mil
(stephen.k.page@usmc.mil, richard.p.bean@usmc.mil)
- Description
- A) NOTICE TYPE This is�NOT A SOLICITATION ANNOUNCEMENT. This is a�SOURCES SOUGHT NOTICE (SSN)�and is issued for planning purposes, including identifying capable Contractor sources. Responses to this SSN are not offers and therefore cannot be accepted by the Government. Submission of a response is voluntary. No payment will be made for responses. Should a solicitation be issued for the draft requirement described herein, it will be issued pursuant to the acquisition strategy selected by the Contracting Officer. All information received in response to this notice will be treated as business confidential information and exempted from disclosure under the Freedom of Information Act. Nonetheless, submitters should properly mark their responses if the information is proprietary. There is no incument Contractor as the draft requirement is intended to produce a proof of concept for the USMC. B) DRAFT REQUIREMENT�OVERVIEW�AND SCOPE This Marine Corps has a draft requirement to build supply chain digital twins with multi-scenario analysis and demand modelling capabilities. This will include multi-user dashboard visibility of a USMC ground weapon system utilizing a technology solution. Currently, USMC has Llamasoft licenses�should a�Llamasoft solution be used (USMC is open to all solutions). This requirement supports the HQMC, Deputy Commandant for Installations & Logistics, Plans, Policy & Strategic Mobility and the Department of the Navy, Office of the Chief Management Officer. The Marine Corps is looking to connect, transform and load weapon system data to a supply chain database using a technology solution. The goal is to visualize end-to-end supply chain flows for components of two weapon systems per period of performance (first weapon system completed within 7 month and last weapon system completed within 14 months).� A �weapon system� will include all variants of that weapon system and may encompass multiple Table of Authorized Material Control Numbers (TAMCNs).� Leveraging digital twin technology to emulate the supply chain�s performance can generate insights that inform decision-making across multiple planning horizons.� The digital twins will be leveraged in a demonstration with decision makers at the tactical, operational, and executive level of how digital twin technology can inform short-term planning and execution at the tactical level (unit), mid-range planning done at the operational level (program managers), strategic level planning with Defense Logistics Agency, Original Equipment Manufacturers, and suppliers.� With organized supply chain data, the contractor will build a demand model of the weapon system with machine learning through a technology solution to understand demand for components based on internal and external factors, some which may be unique to the Marine Corps.� Welcomed features include an analyst view, a unit level dashboard view, a headquarters level dashboard, and an enterprise/executive level dashboard.� Demand models will incorporate available Condition Based Maintenance Data as available to inform all demand signals across condition-based (predictive) demand, usage-based (probabilistic or preventive), and time-directed (planned). The overall objective of this support is to enable an end-to-end view of the principle end item chosen across the entire fleet of the USMC�s inventory and to aggregate demand signals to create a demand model by weapon system to improve Class IX parts and secondary reparable (SECREP) forecast accuracy by 10-15%. The contactor will demonstrate the benefits of a dynamic multi-persona collaborative end-to-end Supply Chain Design Capability to the DON and USMC through technology demonstrations and a final report. The contractor will compare and contrast the benefits of this end-to-end capability to the current static, stove-piped supply chain design capability used within the USMC or Department of the Navy.� The contractor will demonstrate the value of a supply chain architecture at the enterprise level to inform executive decision makers that each weapon system and class of supply must abide by a closed-loop supply chain system architecture�s rules to achieve the Department of the Navy�s 2030 supply chain vision. The type of weapons system to be modeled in the Base Period will begin with the Medium Tactical Vehicle Replacement (MTVR) and Light Armored Vehicle (LAV) and future weapon systems, to be agreed upon during the execution of the each Option Period.� Base Period will be 7 months and the Option Period One will be�7 months. Once the technology solution is implemented, USMC requires continuous uninterrupted access to the solution (i.e., the digital models constructed for USMC�s needs). LLamasoft products are already procured by the Marine Corps and therefore costs associated with additional LLamasfot licenses are not anticipated should a LLamasoft solution be used. C) PURPOSE The Marine Corps is issuing this SSN to: (1)�Identify all businesses that are capable of meeting the draft requirement; (2) Collect industry recommendations on contract type; and (3) Conduct Market Research on estimated pricing. D) ACQUISITION APPROACH The Marine Corps has not decided on its acquisition approach for the above draft requirement. E) SUBMISSIONS Submissions must include: A Capability Statement to include: (a) company name, address, and commercial and government entity (CAGE) code; (b) Company small or large size status; (c) narratives describing how your firm can meet the draft requirement (e.g., technology employed (e.g., licenses, subscriptions)�and labor employed (e.g., labor for designing and building the solution). (d) provide recommendations, with support rationale, on the contract type (firm-fixed price, time and materials, cost) for the draft requirement; and (e) provide a rough order of magnitude (i.e., a total price estimate; ranges are acceptable) for the draft requirement. Narratives provided for (1)(d) above must be presented in sufficient detail for the Government to determine that your company possesses sufficient capabilities and resources�that are capable of�meeting the draft�requirement. Vendors that do not follow the Marine Corps submission instructions may not be considered. The Marine Corps encourages submissions to be thorough, detailed, and sufficiently tailored to this announcement.� Selected Offerors may be contacted for further information regarding their capabilities. F) QUESTIONS Any questions regarding this announcement may be submitted directly to the primary and/or secondary points of contact listed on this announcement and we anticipate providing a prompt response.�
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/e9a435a3bbd748d1a733da8321bda671/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN05730159-F 20200724/200722230149 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |