SOURCES SOUGHT
R -- Inventory Managment Program
- Notice Date
- 6/8/2012
- Notice Type
- Sources Sought
- NAICS
- 541614
— Process, Physical Distribution, and Logistics Consulting Services
- Contracting Office
- Department of the Navy, Naval Supply Systems Command, Chief of Naval Installations Command - MWR/VQ, 5720 Integrity Drive Bldg 457, Millington, Tennessee, 38055, United States
- ZIP Code
- 38055
- Solicitation Number
- RFI-InventoryManagementProgram
- Archive Date
- 8/31/2012
- Point of Contact
- Linda Ruch, Phone: 901-874-6931, John Wolfslau, Phone: 901-874-6902
- E-Mail Address
-
Linda.Ruch.Ctr@navy.mil, John.Wolfslau@navy.mil
(Linda.Ruch.Ctr@navy.mil, John.Wolfslau@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- REQUEST FOR INFORMATION Contracting Office - CNIC Millington, TN 1.0 DESCRIPTION 1.1 The Commander Installations Command (CNIC) Headquarters Deployed Forces Support (DFS) program is issuing this Request for Information (RFI) in support of the warehouse inventory management initiative, and is seeking information on how an interested contractor could provide an all-inclusive and turn-key inventory management program to fourteen (14) locations worldwide. 1.2 THIS IS NOT A SOLICITATION FOR PROPOSALS. THIS IS A SOURCES SOUGHT SYNOPSIS ONLY. This Request for Information (RFI) is for planning and informational purposes only and shall not be considered as a request for proposal, or as an obligation on the part of the Government to acquire any products or services. No entitlement to payment of direct or indirect costs or charges will arise as a result of contractor submission in responses to this RFI or the NAFIs use of such information. NAFI reserves the right to reject, in whole or in part, any contractor's input resulting from this RFI. No contract will be awarded from this announcement. Data submitted in response to this RFI will not be returned. Information is being requested in order to make potential future requirements better for industry and NAFI. 2.0 STATEMENT OF OBJECTIVES 2.1 PURPOSE: CNIC HQ Deployed Forces Support (DFS) centrally funds thirteen (13) designated fleet concentration area warehouse spaces and numerous special interest warehouses throughout CNIC installations world-wide utilizing a variety of different spaces and locations. Fitness, sports and recreation equipment, movies, audio and visual equipment and library multi-media resource equipment are distributed annually to ships and forward deployed Navy ground forces via DFS warehouse operations. CNIC HQ DFS currently does not maintain a centralized automated warehouse inventory management program, and this RFI is seeking a proposed solution to track and forecast inventory at the various warehouse locations. 2.2 BACKGROUND: CNIC HQ DFS warehouses function as the primary source for ships and remote site locations to receive fitness, sports, recreational and recreation electronic equipment to their respective commands. CNIC DFS warehouses annually issue between 130,000 and 200,000 pieces of equipment to nearly 300 ships and 100 remote locations around the world. All fitness and recreation equipment is centrally funded on purchase orders and shipped to the DFS warehouses for distribution. CNIC HQ DFS is responsible for procuring an automated inventory system to be used in all DFS designated warehouses. The purchase of the automated inventory system will include software and hardware to include mobile computing devices or portable hand-held devices, printers and scanners and a non-government dedicated secure central server (provided by contractor) that will host the software and database. All hardware devices will have Wi-Fi capabilities. The list of equipment purchased will reflect assets needed to perform comprehensive automated warehouse inventories and accountability reflecting real-time data for use by the individual DFS warehouses and CNIC HQ DFS. 2.3 SCOPE: The Contractor shall provide the necessary engineering, labor, hardware, software, support equipment, materials, training, transportation, accessories, follow-on warranty and maintenance control measures, supervision and work control implementation to successfully design, engineer, install and test an automated web-based warehouse inventory management program. 2.4 PERIOD AND PLACE OF PERFORMANCE: The objective is for the contractor to complete installation and training within the period of performance of (120) days after receipt of award. The place of performance shall be aboard the following locations: 1. U.S. Naval Support Activity Bahrain 2. U.S. Naval Base Kitsap-Bremerton, WA 3. U.S. Naval Station Everett, WA 4. U.S. Naval Base Guam 5. U.S. Naval Submarine Base Kings Bay, GA 6. U.S. Naval Station Mayport, FL 7. U.S. Naval Station Norfolk, VA 8. U.S. Naval Submarine Base New London, CT 9. U.S. Joint Base Pearl Harbor-Hickam, HI 10. U.S. Naval Base San Diego, CA 11. U.S. Commander Fleet Activities Sasebo, Japan 12. U.S. Commander Fleet Activities Yokosuka, Japan 13. U.S. Naval Station Rota, Spain 14. U.S. Joint Base Bolling/Anacostia CNIC HQ DFS Washington, DC 2.5 GENERAL REQUIREMENTS. CNIC HQ DFS desires to implement an automated warehouse inventory management program at all fourteen (14) locations detailed in block 2.4. All deliverables will focus on the following core requirements: • Warehouse Inventory Management system that is database driven provided through web-based technology. • A turn-key operation that includes software, mobile computing devices and a dedicated secure server that will house the program. A US Government server or hardware WILL NOT be provided. • Secured user logins either per location or per authorized users. Each user login will have secure authorizations built into the user profile that only allows the individual to access certain authorized functions within the system. • Approximate number of users will be forty (40) individuals total at the fourteen (14) locations. Each user will have their own secured login. • Warehouse Inventory Management program will include inventory database, purchase order management, mobile computing devices that will interface with the database via Wi-Fi and detailed reports at the individual warehouse locations and centralized to CNIC HQ in Washington, DC. • Dashboard analytics as configured by CNIC HQ DFS. • Improve data accuracy and reduce vulnerability to miscounts or theft. • For each deliverable, plan for and create a disaster recovery plan. • All solutions must be flexible to new technology, secure, and designed so that customers (DFS Employees) can understand them and operate programs with ease and very little training. • Equipment must be reliable and durable to operate effectively in a variety of environmental conditions, such as but not limited to extreme heat, humidity, dust and moisture or rainfall. • Hardware replacement units will be provided by Contractor as needed to DFS warehouses within 3 business days. 2.6 REQUIRED DELIVERABLES (Minimum): • Engineer, design, install and maintain a warehouse inventory management program. • Provide as-built diagrams, once the product has been tested and validated. • Provide animated Standard Operating Procedures in English. This will include pictures with arrows pointing to specific buttons, devices, etc... • Provide warranty and help-desk service once the equipment has been installed. • Provide Bill Of Materials (BOM) - equipment list which shall include at a minimum: item name, item description, part number, quantity, unit, UID, and any remarks the Contractor deems necessary. • Provide Narrative Technical Plan - describes, in technical detail, the Contractor's solution. Each item in the BOM should be included in the technical plan as to provide the Government the detailed capability of proposed solution. • Provide Preliminary As-Built/Schematics - this shall combine the technical plan with the BOM in an encompassing system design drawing as well as a detailed schematic of the solutions signal and circuitry path as it relates to each piece of the BOM. • Provide additional documentation - shall include documentation as to the validity of the design, its ability to expand to other peripherals, system updates and patches. • Documents will be submitted as follows - one paper copy and files copied to an external hard drive (contractor provided). The external hard drive must be marked UNCLASSIFIED, FOR OFFICIAL USE ONLY. • Must show understanding of having software/hardware approved for wireless security. 2.7 PERFORMANCE OBJECTIVES: a) Automated database warehouse inventory management program should have the ability to be connected or networked to a central secure server provided by the contractor. All fourteen (14) locations world-wide will interface with the central server. The intent is to operate this system as a standalone, non-government networked capability. Database sharing and migration between multiple points will be achieved via approved web-based and Wi-Fi software and hardware, also known as mobile computing devices. b) The contractor shall provide the following capabilities in the warehouse inventory management database: (1) Ability to manage government purchase orders as they are processed for order. The purchase orders will be uploaded at the HQ DFS level for each warehouse location to view and indicate once they have received their portion of the associated items on that respective purchase order. (2) Inventory line items of fitness, recreation, electronics, fitness spare parts, library and movie equipment should be around 700 different line items that the database will be capable of handling at each warehouse location for rough estimate of nearly 10,000 line items throughout the program. (3) Line items that require serial numbers will have a "drop down" tab indicating the serial numbers associated with that particular model of each item. There will not be a line item per each piece of equipment with a serial number. (4) Inventory descriptive fields will include but not limited to; Product ID#, Manufacture, Make, Model, Serial Number (drop-down tab,) Category, Quantity, Price Each, Extended Price, Base (Installation Name) and Location. (5) Category descriptive field will include the following choices; Cardio, Strength, Recreation, Electronics, Spare Parts, Library and Movies. (6) Location descriptive field will reference where the equipment is on that particular base, such as warehouse 1 or K-Span 2 or Shed 2. (7) Each warehouse will maintain a separate inventory but all warehouses will roll-up into a centralized system. (8) Must be able to import documents in Excel or PDF format, this will include DoD blank documents that will be auto populated from the software at the DFS locations. Most important of these documents will be DD Form 1149, Transfer Documents. (9) Once the DD Form 1149 transfers' equipment to the customer a historical database of customers will be formulated to track what has been issued to each customer. In the DFS business the customer is usually a US Navy Ship or US Navy Command located in a number of locations. (10) Customer descriptive fields will include at a minimum the following; Unit Identification Code (UIC), Ship/Unit Name, Homeport/Location, Classification, Equipment List (history of items issued with dates) and dollar values. (11) Database must be able to import information from existing Microsoft Excel and Access databases. c) The inventory management database will interface with a mobile computing device. The mobile computing device could be a hand-held "gun grip" or a tablet type device. The device must have the following capabilities: (1) Able to read 1D and 2D barcodes from the vendors existing barcodes. (2) Mobile computing device must have Wi-Fi and USB plug capabilities, Wi-Fi being the primary operating system and USB as a back-up alternative. (3) The device must have sufficient storage capabilities with an external memory stick capability when needed. (4) The device is expected to work when not near another existing computer, meaning it must have a stand-alone operating system. (5) The mobile computing device will also work in the warehouse location without being near Wi-Fi as most of our warehouses do not have Wi-Fi connections available. (6) The battery charge on the mobile computing device should be expected to last at least eight (8) hours and rechargeable via battery charger or USB charge if necessary. (7) The mobile device is expected to be rugged, durable and with-stand extreme heat or cold conditions in wet, moist, humid or dry environments. (8) All mobile computing devices will be light-weight, not exceeding 3lbs. (9) Mobile computing device scanners will have the ability to display required data in English. (10) The mobile computing device system must have the ability to record times, dates and locations of entry of personnel and upload information to a common database. (11) Handheld must be able to operate independently for a minimum of 8 hours before requiring charging. The device must also have a quick change battery for easy changing of dead batteries. d) Reporting from the warehouse inventory management program will have multiple approaches. CNIC HQ DFS will require real time reports that can be queried from descriptive field searches. Included in the reports will be up to date current inventory levels, inventory values and others to be determined in collaboration with the contractor. The descriptive fields already referenced will be configurable by CNIC HQ DFS in conjunction with the contractor. Each warehouse location will be able to compile reports for their location and CNIC HQ DFS will be able to compile centralized reports from all warehouse locations. e) The Contractor will install and provide training at all 14 locations previously identified.. The Contractor will provide new employee training when requested and within 30 days of the request. The Contractor will also provide technical support, trouble shooting and program updates as needed. Trouble calls initiated from DFS offices will be responded to with-in 48 hours via email, phone or live chat. f) The US Navy CNIC HQ DFS will maintain proprietary rights on all software created and all data residing in the software. Data must be able to be exported to a Excel or Access database 2.8 OPERATING CONSTRAINTS: • Must be able to operate in a web-based, Wi-Fi based stand alone system, yet still be able to login from US Government computer terminals or any device that can access the World Wide Web. There are no plans to allow any software installations on US Government computer systems other than what the contractor provides via the web-based system. (End of Statement of Objectives) 3.0 RESPONSES 3.1 Responses to this RFI should not exceed fifty (50) pages and must contain the following information: (a) Capability statement which includes information on the type of technology used. (b) Pricing information. (c) Service history. (d) Technology Readiness Level (TRL) if not a fielded system. (e) Delivery schedule. (f) Clearly mark any information that is proprietary. (g) Offerors should have production representative systems that will be available for evaluation by September 2009 and for purchase no later than fourth quarters of FY09. 3.1.1 Responses are due by 9 July 2012. Both e-mail and mail submittals will be accepted. Please send e-mail response to the Contracting Officer, Troy L. Milburn, troy.milburn@navy.mil with a copy to Linda.Ruch.Ctr@navy.mil. Mailing address: Commander Navy Installations Command N944, 5720 Integrity Drive, Building 457, Millington, TN 38055, FedEX/UPS Commander navy Installations Command N944, 7736 Kitty Hawk Avenue, Building 457, Room 311, Millington, TN 38054. 3.1.2 Questions regarding this announcement shall be submitted in writing by e-mail to the Contracting Officer's email address troy.milburn@navy.mil. Verbal questions will NOT be accepted. The Government does not guarantee that questions received after 27 June 2012 at 4:00 CST will be answered. 3.0 SUMMARY THIS IS A REQUEST FOR INFORMATION (RFI) ONLY to identify sources that can provide a warehouse inventory management initiative. NAFI has not made a commitment to procure any of the items discussed, and release of this RFI should not be construed as such a commitment or as authorization to incur cost for which reimbursement would be required or sought. All submissions become NAFI property and will not be returned. This Request for Information is for planning purposes only, and no solicitation document exists at this time. Issuance of this notice does not constitute any obligation on the part of NAFI to procure these items or to issue a solicitation. In addition, the Government is under no obligation to pay for information submitted in response to this RFI, and responses to this notice cannot be accepted as offers. Any information that the vendor considers proprietary should be clearly marked as such. 4.0 CONTRACTING OFFICE ADDRESS Commander Navy Installation Command, N944 5720 Integrity Drive, Building 457 Millington, TN 38055 4.1 Place of Performance Various Locations 4.2 Primary Point of Contact John Wolfslau Contacting Officer E-mail: john.wolfslau@navy.mil Telephone: (901) 874-6681
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/269a43e9af9057757fde52444f0822f8)
- Place of Performance
- Address: fourteen (14) locations worldwide, United States
- Record
- SN02770552-W 20120610/120608235209-269a43e9af9057757fde52444f0822f8 (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 |