Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 28, 2002 FBO #0269
SOLICITATION NOTICE

R -- Professional, Administrative and Management Support Services

Notice Date
8/26/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
US Army Operations Support Command, 1 Rock Island Arsenal, Rock Island, IL 61299-5000
 
ZIP Code
61299-5000
 
Solicitation Number
DAAA09-02-R-3034
 
Response Due
9/9/2002
 
Point of Contact
Norma Webb-Green, 309 782-8605
 
E-Mail Address
Email your questions to US Army Operations Support Command
(webb-greenn@osc.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA The Operations Support Command (OSC) intends to issue a sole source Request for Proposal (RFP), DAAA09-02-R-3034 to S & G Consulting Inc, 11763 Mount Curve Road, Eden Prairie MN, 55347 for Consultation Services for the enhancement and refinement of ammunit ion production processing from approximately 1 October 2002 thru 30 September 2003. A one-year option period shall be included. This will be a Fixed Price, Indefinite Delivery Indefinite Quantity (IDIQ) type contract based on the follow-on functions needed to facilitate and further implement the Journey system. S & G Consulting has been the previous catalyst for the Journey to Excellence (JTE) system, which is a tool to define, measure and improve processes that directly affect the key performance characteristics of ammunition production processing. A Wall ?Jour ney? Chart system measures and monitors all ammunition production (trend data), as a tool to achieve and maintain process control, and it is the primary communication tool between the user and contractors for process improvement of key features. The contra ctor requirements for this project is to provide the consulting services needed to refine, update, train and orchestrate the Journey processes. Variation reduction over the life cycle must be identified using the integration of JTE and Sigma polices withi n the PEO ammunition structure. Resolution of primary application based issues will require familiarity and historical knowledge of our organic base and as well as the perspective of the JTE program. The contract will require travel to various Government installations, often at a days notice. Vendors, who believe that they can supply the Consulting Services for the application of the Journey to Excellence at a competitive cost, shall submit a written response that clearly shows its ability to meet the Government?s needs within 15 days of the publication date of this notice. Responses shall include labor categories, hourly rates, technical experience of contractor?s employees, including past experience of similar type work and certification of their ability to perform the work. All responsible sources may respond and will be fully considered, however, oral communication is not acceptable. No contract award will be made on the basis of offers/proposals received in response to this notice. Written responses must include pricing and technical information sufficient to enable the Government to determine if a solicitation is warranted. All contractors who provide goods and services to the Department of De fense (DOD) must be registered in the Central Contractor Register (CCR) in order to be awarded DOD contracts. Interested firms able to meet these requirements are invited to submit responses, only in writing and with clear and convincing documentation to H Q, OSC attn: Norma Webb-Green; AMSOS-CCM-I, Rock Island, IL 61299-6000. See note 22
 
Place of Performance
Address: US Army Operations Support Command 1 Rock Island Arsenal, Rock Island IL
Zip Code: 61299-5000
Country: US
 
Record
SN00150173-W 20020828/020826213547 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.