Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 13, 2011 FBO #3549
SOURCES SOUGHT

B -- Conduct Analysis to Develop Transportation Protective Services (TPS) Tender to FAR-Based Implementation Plan

Notice Date
8/11/2011
 
Notice Type
Sources Sought
 
NAICS
541614 — Process, Physical Distribution, and Logistics Consulting Services
 
Contracting Office
Surface Deployment and Distribution Command (SDDC), ATTN: SDAQ, 200 Stovall Street, Alexandra, VA 22332-5000
 
ZIP Code
22332-5000
 
Solicitation Number
W81GYE-G9-IMPLEMENTATION
 
Response Due
8/23/2011
 
Archive Date
10/22/2011
 
Point of Contact
Carol Sinnard, 618-220-5066
 
E-Mail Address
Surface Deployment and Distribution Command (SDDC)
(carol.sinnard@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
REQUIREMENT TITLE: Conduct Analysis to Develop Transportation Protective Service (TPS) Tender to FAR-Based Implementation Plan This is a Sources Sought announcement being released pursuant to Federal Acquisition Regulation (FAR) Part 10 - Market Research. Although a Request for Proposal (RFP) is anticipated to be released within the next three months, this Sources Sought Notice is issued solely to identify potential prime contractor sources and determine their capabilities to fulfill the Government's requirement described below and does not constitute an RFP or a promise to issue an RFP in the future. Respondents are advised that the U.S. Government will not pay for any information or administrative cost incurred in response to this Sources Sought. All costs associated with responding to this Sources Sought will be solely at the respondents' expense. Please be advised that all submissions become Government property and will not be returned. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the U. S. Government to form a binding contract. It is the responsibility of the interested parties to monitor these sites for additional information pertaining to this Sources Sought. The applicable North American Industry Classification System (NAICS) code is 541614 - Process, Physical Distribution, and Logistics Consulting Services. The Federal Classification Code (FSC) is B506 and the small business size standard is $7.0 million. The anticipated contract type is firm-fixed price (FFP) and no option years are anticipated. Background: The Surface Deployment and Distribution Command (SDDC) is responsible for the management of sustainment cargo moved by surface-ocean transport by the Department of Defense (DoD) and selected governmental and non-governmental activities. SDDC is the Army component of the United States Transportation Command (USTRANSCOM). SDDC G9 serves as liaison in partnering with DoD shippers and commercial industry to provide reliable, cost-effective, global surface deployment and distribution transportation services in support of national defense objectives. The transition of Transportation Protective Services (TPS) and Arms, Ammunition and Explosives (AA&E) tenders to FAR-based contracts was directed by the Office of the Secretary of Defense (OSD) - Transportation Policy (TP) as part of Logistics Efficiency programs to support its goal of reaching $150 billion in efficiencies. SDDC is required to develop, implement and manage the TPS FAR-based acquisition contract. The Business Services Branch of the G9 Directorate formed a multi-function team to develop requirements and begin acquisition strategies. In order to provide guidance for the way ahead, an Implementation Plan is needed to examine how to move from a TPS tender to a FAR-based contract. SERVICES TO INCLUDE, BUT ARE NOT LIMITED TO THE FOLLOWING REQUIREMENTS: 1. Determine how to best implement Transportation Protective Service (TPS) FAR-based acquisition to include: a minimum of three courses of action for implementation, the pros and cons of each action, risks involved, most efficient lane structure, rate refresh frequency. 2. Determine frequency of shipments transiting origin and destination locations within close proximity and within similar timeframes to determine consolidation and optimization opportunities, costs associated with current transportation practices, feasibility of consolidating shipments for compatible items. 3. Analyze the feasibility of SDDC providing 3PL-like management operations and research transportation systems required for SDDC to have overall visibility. 4. Determine requirements for a TPS support contract (i.e. administrative duties, monitor/report carrier performance, costs, and develop metrics following contract award) to include three options for incremental levels of services and the pros and cons of each option, resource requirements. This task will require the following systems: Global Freight Management (GFM) and Transportation Management System (TMS). 5. Provide FY10 tender baseline data (costs, methodology and formula for baseline establishment) and make the process replicable so that Government personnel can use it for future cost comparisons. 6. Analyze accessorial charges and determine the feasibility of establishing standard rates. 7. Identify the risks and benefits associated with TPS FAR-based contract to meet surge requirements (quantity of shipments per surge, highest volume lanes, rail usage during surges, number of carriers needed to meet surge requirements). 8. Determine number of oversized/over-dimensional TPS shipments for FY10 and associated costs, percent or number of instances per lane, and type of equipment used. >>Government will provide the raw data to be analyzed<< -- GOVERNMENT FURNISHED PROPERTY Government will provide workspace at a Government facility, standard workstation office equipment (work area, telephone, computer, software, and base network access), e-mail accounts, telephone service with commercial and DSN access, and unescorted access to facilities for personnel. The Contractor will provide fully qualified individuals that possess knowledge of logistics, transportation of AA&E, FAR, and the skills and software to thoroughly analyze and model data using a Transportation Management System (TMS). If you believe your company has existing qualified personnel, relevant past performance experience, and the technical capability to perform these services as a PRIME CONTRACTOR, please submit the following information: 1. Company name and mailing address 2. Company point of contact 3. Business size 4. Capabilities statement describing the ability to perform the services described above along with past similar scope, size, complexity and relevance within the past three years. Provide the name of the project, contract number, value and period of performance. PLEASE LIMIT YOUR RESPONSE TO THREE (3) PAGES. SUBMIT YOUR RESPONSES ELECTRONICALLY NO LATER THAN COB 23 AUGUST 2011 TO carol.sinnard@us.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/6b9da5eeead3ef7b9c7c7370b3875bc6)
 
Place of Performance
Address: Surface Deployment and Distribution Command (SDDC) 1 Soldier Way Scott AFB IL
Zip Code: 62225-5006
 
Record
SN02531623-W 20110813/110812000507-6b9da5eeead3ef7b9c7c7370b3875bc6 (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.