SOURCES SOUGHT
R -- PEO IEW&S Industrial Base Analysis - RFI
- Notice Date
- 4/13/2018
- Notice Type
- Sources Sought
- NAICS
- 541990
— All Other Professional, Scientific, and Technical Services
- Contracting Office
- Department of the Army, Army Contracting Command, ACC - APG (W909MY) Belvoir, 10205 Burbeck Road, Building 362, Fort Belvoir, Virginia, 22060-5863, United States
- ZIP Code
- 22060-5863
- Solicitation Number
- W909MY18RH007
- Archive Date
- 5/29/2018
- Point of Contact
- Deirdre Hughes,
- E-Mail Address
-
deirdre.l.hughes.civ@mail.mil
(deirdre.l.hughes.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- RFI Sources Sought Announcement PURPOSE: The US Army Contracting Command-Aberdeen Proving Ground (ACC-APG), Belvoir Division is seeking sources on behalf of the Program Executive Office, Intelligence Electronic Warfare and Sensors (PEO IEW&S) to provide timely assessments to assigned program offices. This Request for Information (RFI) is for informational purposes only. It is not a request for proposal and does not constitute any obligation by the Government to award a contract based on the findings of this RFI. The Government will not reimburse interested sources or respondents to notice, or any follow-on notice, for any costs incurred in association with this announcement or for subsequent exchanges of information. Proprietary information submitted in response to this Sources Sought shall be marked accordingly and will be protected when clearly identified as proprietary. The ideas presented in the white paper will be assessed by PEO IEW&S and ACC-APG for suitability of competition among small businesses. The Government anticipates a single award Indefinite Delivery / Indefinite Quantity Firm Fixed Price type contract with an ordering period of twenty-four months. The anticipated ceiling does not exceed $13M. The Government anticipates 5 projects per year that will need to be worked simultaneously. BACKGROUND: Requirements will often be generated because of a critical weakness in a program status that has been raised to the highest levels of Army, Department of Defense and/or Congressional Leadership. Tasks must begin immediately, and recommendations must normally be made within 90 days. Recommendations must be suited for Senior Leader briefing and Product Manager implementation. The Government has two immediate requirements that will need to be completed simultaneously. The first is to evaluate the pre-production and quality assurance activities of the Limited Interim Missile Warning System (LIMWS) leading up to the formal Production Readiness Review. The following tasks must be completed: conduct site assessments; identify critical assembly procedures; identify metrics; identify or assess supplier risks; conduct on-site independent assessment of pre-production activities and documentation at the prime and/or sub-tier supplier facilities. This review will result in a report to aid in the Milestone Decision Authority's Production Decision. In order to influence the Production Decision, this study must begin within the next 90 days. The second is to conduct an independent assessment of the operating model and governance for the Biometrics Enabling Capability (BEC) and the potential opportunities for cost savings and avoidance associated thereto. Product Manager (PdM) BEC requires an immediate set of analyses to assess the affordability of the BEC Increment 1 program to support Army decision making. The assessment will result in the development of potential system architecture courses of action (COAs) for the future BEC along with business case analyses, cost, benefit and risk analyses, cost models and cost saving initiatives. In order to inform Army Senior Leaders, this assessment must also begin within the next 90 days. SCOPE: Successful respondents will address the specific requirements of this notice and identify the respondent's specific capability to complete these requirements, including, but not limited to, a description of a demonstrated successful large-scale, transformational project(s) supporting various Federal agency programs at the Congressional level and demonstrate successful project(s) for complex independent industrial base studies within the PEO IEW&S portfolio. Respondents are asked to provide their technical capability information (a.k.a. Statement of Capabilities) required to perform the following Sample Tasks: Task 1: ORGANIZATION, PROGRAM, OR PRODUCT ASSESSMENTS AND RECOMMENDATIONS The contractor shall provide support in strategic planning, program evaluation, monitoring, and or measurement. The contractor shall conduct detailed evaluation of organizational structure, organizational alignment, and metrics of organizational effectiveness. The contractor shall provide organizational transformation recommendations leading to an improved operating model supported by redesigned processes, roles and responsibilities. The contractor shall evaluate and recommend COAs to enhance acquisition program effectiveness. Task 2: MARKET AND INDUSTRY ASSESSMENT The contractor should perform market assessments. The contractor shall evaluate the financial health, viability and competitiveness or the organization, program, or product. The Contractor shall develop sourcing COAs to secure future supply and provide suppliers increased visibility, operational stability, and improved overhead absorption. The contractor shall develop a detailed evaluation framework for analysis of alternatives (AoA), make versus buy, and strategic decisions across program milestones. The contractor should have extensive commercial and government supply chain and manufacturing experiences with for both DoD and commercial organizations with complex and/or international supply chain and highly complex manufacturing processes. Task 3: PRODUCTION READINESS ASSESSMENT The contractor shall perform detailed evaluation of prime and supplier production readiness. The contractor shall conduct detailed evaluation and support improvement of Army or supplier logistics networks. The contractor shall work to reduce the cost of purchased materials, manufacturing, assembly, or overhead cost. Task 4: COST ASSESSMENT AND RECOMMENDATION The contractor shall evaluate labor skills and categories to identify opportunities for cost reduction. The contractor shall develop broad-based affordability initiatives. The contractor shall work with stakeholders to address design and engineering costs inherent to military systems, equipment, and specifications. Non-Recurring Engineering (NRE) and design cost reduction efforts shall provide a structured approach to conduct technical and cost analysis in order to find and implement opportunities for cost reduction within existing equipment or systems. The contractor shall conduct detailed analyses into targeted systems to identify affordability opportunities. The contractor shall perform cost driver comparisons associated with commercial and military applications to identify appropriate specifications and standards to drive affordability. The contractor shall support the development of high fidelity cost estimates for a program, system, component or equipment to inform or support a future acquisition or an ongoing cost reduction effort. The Contractor shall develop a bottom-up Should Cost for high-cost, high-complexity programs or for a defined system or component ranging from basic system components to advanced weapon systems. The contractor shall evaluate program governance costs and governance effectiveness. The contractor shall identify and quantify labor reduction opportunities and cost targets. The contractor shall evaluate Prime and sub-tier supplier overhead to identify opportunities for cost reduction. Task 5: SUSTAINMENT AND MAINTENANCE STRATEGY DEVELOPMENT The contractor shall conduct detailed analysis into the maintenance for a process area, system, or process to identify areas to improve effectiveness. The contractor shall evaluate or develop maintenance strategies to improve maintenance affordability, without impacting performance or availability over the lifecycle of the weapon system. INSTRUCTIONS: If your organization has the potential capacity to perform these contract services, please provide the following information: 1. Organization name, address, email address, Web site address, telephone number, and size and type of ownership for the organization; 2. Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements; 3. Detailed explanation of the ability to quickly understand and use the nuances of a detailed analysis of a complex system and continue efforts without duplication of work and ensure effort supports critical Army leadership decisions at the highest levels; and 4. Notional scheme(s) of support to meet the requirements. The Government will evaluate market information to ascertain potential market capacity to: a) Provide services consistent in scope and scale with those described in this notice and otherwise anticipated; b) Secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform assessments; c) Implement a successful project management plan that includes: compliance with tight program schedules; cost containment; meeting and tracking performance; hiring and retention of key personnel and risk mitigation; d) Demonstrate capability to support follow on analyses to prior PEO IEW&S assessments; e) Ability to conduct and develop detailed DOD oriented business cases that provide decisions for ACAT I-III programs; f) Experience with analyzing PEO IEW&S product capabilities, capacities, costs and processes; g) Development of performance based logistic approaches and strategies; h) Ability in optimizing facilities across a manufacturing enterprise; i) Proficiency in mapping and assessing complex industrial networks and their interrelationship at multiple supplier levels; j) Ability to develop strategic alternatives for organic or industrial base networks for current and future requirements; k) Proficiency in developing program cost reductions strategies (material, processes, acquisitions, affordability). Do not submit a proposal or quote. Please provide responses only if you can support the entire requirement. Responses should follow this format and be submitted electronically as one complete document not to exceed ten (10) pages. This RFI is for informational purposes only and is not to be construed as a commitment by the Government to procure any items/services, or for the Government to pay for the information received. Responses to this RFI must be received no later than 5pm Eastern Time 14 May 2018 via email to Deirdre.L.Hughes.civ@mail.mil. Acknowledgement of receipt will be issued. The subject of the email message shall be: W909MY-18-R-H007 - Your Company's Name.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/8d62b9a2490822b76d1952e6903e6a5a)
- Record
- SN04889123-W 20180415/180413230748-8d62b9a2490822b76d1952e6903e6a5a (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 |