SOURCES SOUGHT
L -- Automatic Identification Technology (AIT) & In-Transit Visbility (ITV) Support - HTC711-13-ZD12 - AIT & ITV Support
- Notice Date
- 2/14/2013
- Notice Type
- Sources Sought
- NAICS
- 541614
— Process, Physical Distribution, and Logistics Consulting Services
- Contracting Office
- Other Defense Agencies, United States Transportation Command, USTRANSCOM Command Acquisition, 508 Scott Drive, Bldg 1900, Scott AFB, Illinois, 62225, United States
- ZIP Code
- 62225
- Solicitation Number
- HTC711-13-ZD12
- Archive Date
- 3/13/2013
- Point of Contact
- LYNETTE O. STEVENSON, Phone: 6182207055
- E-Mail Address
-
lynette.stevenson@ustranscom.mil
(lynette.stevenson@ustranscom.mil)
- Small Business Set-Aside
- N/A
- Description
- Attachment 2 - AIT & ITV Draft PWS Attachment 1 - AIT & ITV Support RFI This is a Sources Sought Synopsis announcement for information purposes only (FAR 52.215-3). No proposals are being requested or accepted with this synopsis. Be advised that this Request for Information (RFI) is for informational and planning purposes only. It does not constitute an Invitation for Bid (IFB) or a Request for Proposal (RFP), nor does it constitute an obligation upon the Government to pursue any follow-on contract action, in part or whole, with current or potential vendors. The purpose of this synopsis is to access the market's capability and to determine acquisition strategy and small business goal attainment. Large businesses are not precluded from responding. Respondents are solely responsible for all expenses associated with this RFI. The United States Transportation Command (USTRANSCOM) is seeking sources that possess the availability and capability to provide Automatic Identification Technology (AIT) and In-Transit Visibility (ITV) subject matter expertise to USTRANSCOM and AIT/ITV stakeholders (Office of Secretary of Defense, Joint Staff, Combatant Commands, Military Services, Defense Agencies, and their components) for their AIT/ITV-related projects and implementations. Sources shall be knowledgeable of DOD transportation and distribution management processes, AIT/ITV policy and procedures, standards, and possess technical knowledge of AIT/ITV to ensure interoperability with automated systems in DOD, commercial industry, and with coalition partners. The overall scope of this effort is to provide broad AIT/ITV technical support in the development of policy, standards, and guidance, and technical direction, program management, implementation, and strategic planning to improve the overall distribution process. Outputs may take the form of information, advice, opinions, alternatives, analyses, evaluations, recommendations, training and services. The majority of the work performed under this contract will support USTRANSCOM requirements with the remaining work effort supporting other DOD organizations including Office of Secretary of Defense, Joint Staff, Combatant Commands, Military Services, Defense Agencies, and their components. USTRANSCOM is considering issuance of a solicitation for a Firm-Fixed Price/ Indefinite Delivery/Indefinite Quantity (IDIQ) contract type which will have a 12-month base year and two 12-month option years, for a possible 3 year contract. The North American Industrial Classification System (NAICS) Code applicable to this acquisition is 541614 - Process, Physical Distribution and Logistics Consulting Services. The Small Business Size Standard for this acquisition is $14 Million. INFORMATION REQUESTED (Please limit submission to 7 pages) 1. Offeror's Information: Name, address, telephone number, point of contact names, e-mail addresses, CAGE code, and business size standard (for small business include socioeconomic status e.g. 8(a), HUBZone, etc.). 2. Offeror's interest in providing a proposal on the solicitation when it is issued. 3. Description of the offeror's capability and experience to perform the work described in the attached Sources Sought Notice Draft PWS. The table below lists all of the main task requirements that are stated in this PWS. Include supporting information which demonstrates your capabilities to meet the requirements of the PWS tasks. Supporting information shall not reiterate the language of the tasks provided in the Draft PWS, but rather, it shall provide details regarding the offeror's capabilities to execute these tasks. (See Attachment 1 for reference to PWS Tasks) 4. Commentary/recommendations for improving or clarifying draft PWS requirements (excluded from page limitation). 5. Recommendations for use of an alternative NAICS code. Interested sources shall respond to this Sources Sought Synopsis no later than 1600 (4:00 pm CST) on 26 February 2013. Please remit your response via email to Ms. Lynette Stevenson at lynette.stevenson@ustranscom.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USTC/USTRANSCOM/HTC711-13-ZD12/listing.html)
- Place of Performance
- Address: The primary place of performance may take place either at the Contractor's location, in Government facilities, or as mutually agreed between the contractor and the Government., United States
- Record
- SN02988055-W 20130216/130214234437-8e4eaf4a226de4e905747568d3abb41f (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 |