Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 03, 2002 FBO #0063
SOURCES SOUGHT

R -- Business Process Engineering

Notice Date
2/1/2002
 
Notice Type
Sources Sought
 
Contracting Office
P.O. Box 190022, North Charleston SC 29419-9022
 
ZIP Code
29419-9022
 
Solicitation Number
SSC-Charleston MKTSVY 14F6E
 
Response Due
2/15/2002
 
Point of Contact
Point of Contact - Janet J Coleman, Contract Specialist, 843-218-5949
 
E-Mail Address
Email your questions to Contract Specialist
(colemanj@spawar.navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Support of SPAWARSYSCEN Charleston, organizational and technical process definition and improvement, and to leverage industry best practices into the organizational as appropriate and as approved by the organization. Description: The U.S. Navy, Space and Naval Warfare Center, Charleston (SCC) requires business process engineering support services. Any resultant contract will be comprised of one base year and four one-year options. It will be awarded to a single firm/team using a Firm Fixed Price?Level of Effort contract type. The services acquired through the resultant FFP-LOE contract will be used by SPAWARSYSCEN Charleston to improve their operational and business processes. Particularly, SPAWARSYSCEN Charleston must be at a level 3 or higher in two different programs by the beginning of FY-03. To achieve this level it is required that the contractor selected be an authorized lead assessor and evaluator at level 5 of the Capability Maturity Model. The government will reserve the right to request details on how the rating was achieved, who the assessors were, who if any, were authorized assessors. More specifically, the successful offeror will provide: (a) Process Improvement to assist in raising the maturity levels organizationally, (b) Business-Related Systems Engineering/Management, (c) Process Definition and Capture and (d) reports and other deliverables. In addition, the contractor shall support SPAWAR Systems Center Charleston and the business planning and systems engineering efforts with reviews, consolidation, advice, assistance, and recommended solutions to integrated business planning problems. The contractor shall define processes for proposal generation and cost estimating. The contractor shall perform an evaluation to capture the current functions and capabilities of the identified organizational units and testing lab, and develop a best practice assessment to define future improvements. The contractor shall provide organizational change plans and concepts to support business plans acquisition strategies and change initiatives for communications lab. The contractor shall provide plans and recommendations for communications infrastructure to support business growth. The contractor shall develop a framework that consists of a checklist of activities organized into phases that will address and be used to evaluate activities, time lines, and resources applied to projects for the purpose of minimizing project risks. Activities will have one or more typical products listed as output products of the specific activity. The contractor will evaluate and baseline selected processes for the organization and communications lab, and provides business process reengineering white papers and change plans on those processes identified as critical. The contractor shall support new business initiatives and generate plans, schedules and risk assessments. The contractor shall develop documented processes and process guides for distributed testing, production engineering, requirements management and other areas as appropriate. Firms are invited to submit appropriate documentation and references to support that they possess the required experience and expertise to provide the services stated above. Responses shall be submitted to SPAWARSYSCEN Charleston, Code 0216JC, PO Box 19022, North Charleston, SC 29419-9022 or by electronic mail to colemanj@spawar.navy.mil. Reponses must include the following: (1) Name and address of firm, (2) size of business, (3) ownership: Large, Small, Small Disadvantaged, 8(a), HubZone, (4) number of years in business; (5) two points of contact: name, title, phone, fax and e-mail; (6) DUNS Number (if available); (7) affiliate information: parent corporation, joint venture partners, potential teaming partners, prime contractors (if potential sub) or subcontractors (if potential prime), and (8) a list of customers covering the past 5 years: highlight relevant work including a summary of work performed, contract number, contract type, dollar value for each customer reference, and customer point of contact with phone number. THIS SYNOPSIS IS FOR INFORMATION AND PLANNING PURPOSES AND IS NOT TO BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. THIS IS NOT A SOLICITATION ANNOUNCEMENT FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS ANNOUNCEMENT. NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS ANNOUNCEMENT AND ANY FOLLOW-UP INFORMATION REQUESTS. RESPONDENTS WILL NOT BE NOTIFIED OF THE RESULTS OF THE EVALUATION. RESPONDENTS DEEMED FULLY QUALIFIED WILL BE CONSIDERED IN ANY RESULTING SOLICITATION FOR THE REQUIREMENT. THE GOVERNMENT RESERVES THE RIGHT TO CONSIDER A SMALL BUSINESS SET-ASIDE WITH CONSIDERATION FOR 8(a) AND HUBZONE COMPANIES BASED ON RESPONSES HERETO. THE APPLICABLE NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE IS 541330 AND THE SIZE STANDARD IS $4 MILLION. CLOSING DATE FOR RESPONSES IS 20 DAYS FROM DATE OF PUBLICATION. For further information, please contact Janet Coleman, Space and Naval Warfare Systems Center, PO Box 190022, North Charleston, SC 29419-9022, Code 0216JC, 843-218-5949.
 
Web Link
Click on this link to access the SPAWAR E-Commerce Central Web Site
(https://e-commerce.spawar.navy.mil/command/02/acq/navhome.nsf/homepage?readform&db=navbusopor.nsf&whichdoc=9E273FE486DDFA9F88256B53004AF91F&editflag=0)
 
Record
SN20020203/00021680-020202085211 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(will 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  © 1994-2020, Loren Data Corp.