Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 11, 2002 FBO #0160
SOURCES SOUGHT

D -- Strategic Distribution Management Business Reengineering and Functional Process Improvement Support

Notice Date
4/3/2002
 
Notice Type
Sources Sought
 
Contracting Office
Department of the Air Force, Air Mobility Command, AMC Contracting Flight (AMC/LGCF), 507 Symington Drive Room W202, Scott AFB, IL, 62265-5015
 
ZIP Code
62265-5015
 
Solicitation Number
Reference-Number-FA4452-02-RFI01
 
Response Due
4/17/2002
 
Point of Contact
Nancy Jurke, Contracting Officer, Phone (618) 256-9963, Fax (618) 256-5724,
 
E-Mail Address
Nancy.Jurke@scott.af.mil
 
Description
This synopsis is issued for informational and planning purposes only. The AMC Contracting Flight anticipates issuance of a solicitation for Strategic Distribution Management (SDM) Support for the Joint Transportation Corporate Information Management Center (JTCC). The Government is soliciting information to determine the availability of capable contractors who can perform the following requirements: 1) Provide support to the Government to redesign, optimize and improve DoD's global distribution system through comprehensive analysis and consultation with key service/agencies stakeholders; 2) Use Business Process Re-Engineering/Functional Process Improvement (FPI) methodology, Process maps, G2 ReThink simulation data models, and supporting business cases, to support and identify initiatives designed to improve the overall performance of the distribution system; 3) Strategic Distribution Management Initiative (SDMI)-Global End-to-End G2 model (GETEM) model maintenance and refinement, to include additional model and narrative development as directed by the Government and integration of process improvements into Operational Architecture; 4) SDMI Program Management including SDMI Vision CONOPs, Process Identification, and integration of End-to-End model with SDMI Vision; 5) Identify areas of FPIs associated with the reengineering of the DoD distribution processes that improve end-to-end distribution; 6) Analyze the current and emerging requirements, processes, and systems; identify problems, recommend solutions, and implement changes. 7) Identify SDM with other distribution initiatives including, but not limited to, the Joint Theater Distribution Joint Test and Evaluation (JTD JT&E) and Joint Logistics Warfighting Initiative (JLWI); 8) Develop key distribution measures, develop strategies for predictive delivery and develop concepts for sharing and analyzing workload forecasts to optimize defense distribution; 9) Identify opportunities to apply commercial distribution technologies and processes, and align efforts with Services/Office of the Secretary of Defense (OSD) logistics innovation initiatives to JTCC; 10) Develop detailed findings and recommendations for improvement including G2 ReThink models, processes/or organizational maps (using CANVAS or NetViz graphics software) with narratives or other displays, analytical reports, briefings, and implementation plans as appropriate, and present these to the Government; 11) Assist JTCC with providing Program Management and Project Integration support to the to the SDM Committees, as required. 12) Each analysis task or FPI resulting in changes to policy or any business process will be updated in the DTR and the DTS Operational Architecture in the C4ISR framework as appropriate. FPI model data must be in CRIS ready format (as provided by the government). The anticipated period of performance will be one year with four one-year option periods. Request contractors interested and capable of performing this function submit the following information: Name and address of company, Company Point of Contact, Telephone number, Fax Number and E-mail address's and identify if disadvantaged, HUBZone, or women owned, 8(a). For purposes of this Request For Information (RFI), the Standard Industrial Classification (SIC) Code for is 7373 and the corresponding NAICS code is 541512. The capability package must be clear, concise, and complete and submitted to the buying office and contracting officer noted above no later than 17 Mar 02. Please limit the capability package to 20 pages. Your statement of capabilities must include, as a minimum, the following items: 1.) Contract references relevant to the requirement to include: Contract Number; agency supported, whether or not you were a prime or a subcontractor, period of performance, original contract value, final or current contract value, technical monitor and phone/fax number, PCO with current phone/fax number, and a brief description of theeffort. 2.) Company Profile: Number of employees, annual sales history, locations, security clearances, and DUNS number, etc. POINT OF CONTACT: AMC CONF/LGCFC (Ms. Nancy Jurke, Contracting Officer, (618) 256-9963, FAX (618) 256-5724 Email Nancy.Jurke@scott.af.mil` NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (03-APR-2002). IT ACTUALLY FIRST APPEARED ON THE FEDBIZOPPS SYSTEM ON 09-MAY-2002. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USAF/AMC/AMCLGCF/Reference-Number-FA4452-02-RFI01/listing.html)
 
Record
SN00074969-F 20020511/020509214520 (fbodaily.com)
 
Source
FedBizOpps.gov 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  © 1994-2020, Loren Data Corp.