Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 20, 2004 FBO #0937
SOURCES SOUGHT

D -- Container Management ITV Capability

Notice Date
6/18/2004
 
Notice Type
Sources Sought
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
Surface Deployment and Distribution Command - W81GYE, ATTN: MTAQ, 200 Stovall Street, Alexandra, VA 22332-5000
 
ZIP Code
22332-5000
 
Solicitation Number
W81GYE-04-R-055
 
Response Due
7/2/2004
 
Archive Date
8/31/2004
 
Point of Contact
janet.dangelo, 703-428-2993
 
E-Mail Address
Email your questions to Surface Deployment and Distribution Command - W81GYE
(szatmaryj@sddc.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This sources sought is a request for information prior to drafting and releasing any resultant solicitation. The information contained in this sources sought notification is based on the best and most current information available to date, is subject to change, and is not binding on the Government. Any significant changes will be provided in subsequent synopsis, if required. The Military Surface Deployment and Distribution Command (SDDC) has been tasked by the United States Transportation Command (USTRANSCOM) to assume management and control for all common-user International Standards Organization (ISO) containers and other IS O equipment (ISO flat racks, special containers, etc) from the point at which the container enters the Defense Transportation System (DTS) until it is returned to the non-Department of Defense (DoD) user or, if DoD owned, to a DoD-controlled container poo l. A key capability to enable SDDC to perform the container management mission is the ability for users at all levels to obtain information through a single, reliable, accurate and timely source of in-transit visibility (ITV), total asset visibility (TAV) and container/asset management through web-based technology; for users at all levels to be able to input data directly through the internet; and for users at all levels to be able to construct their own ad hoc queries through the internet. SDDC requires the capability to track these containers through the DTS. Containers are further defined as carrier-owned, government-leased, government-owned, and unit-owned. The functional requirements for a proposed service will focus on carrier-owned, government-leased, and government-owned containers. The initial focus of the tasking from USTRANSCOM is to control and manage the movement of containers into and out of the United States Central Command (CENTCOM) Area of Responsibility (AOR) (see below for a list of countries). In order to control and mana ge containers, SDDC requires the capability to track containers through two portions of the DTS pipeline: Strategic and Theater. The Strategic portion begins when the Defense Logistics Agency (DLA) or other wholesale supplier creates a release order to fill a requisition and begins the process of creating shipping documentation and a booking request. The actual tracking requirement for the Strategic portion begins at the point where the containers enter the DTS (normally at the loading dock of a supply a ctivity or commercial vendor) to the point where they fall under Theater control. Containers in the Strategic portion of the pipeline are under the direct control and management of SDDC. Containers enter the Theater pipeline at the designated point (depending on situation), are delivered to the final destination, and are returned to Strategic control or to their non-DoD owner. This point of entry may be as far back as the Port of Debarkat ion (POD) or as far forward as the ultimate point of consumption depending on the security and tactical situation in that particular theater. These containers are under the direct control of the respective Theater, but fall under the overall management of SDDC. Potential strategic users include: USTRANSCOM, DLA, SDDC Headquarters and Command Operations Center. Potential operational users include: Theater movement and material managers, SDDC Groups and Ports. Potential tactical users include: Movement Control Battalions (MCBs), Movement Control Teams (MCTs), SDDC Ports, DS units operating Supply Support Activities (SSAs) and/or their equivalents operated by contractors. Countries in the CENTCOM AOR: Egypt, Iran, Iraq, Jordan, Lebanon, Syria, Yemen, Bahrain, Kuwait, Oman, Qatar, Saudi Arabia, UAE, Djibouti, Eritrea, Ethiopia, Kenya, Somalia, Sudan, Seychelles, Pakistan, Afghanistan, Kyrgyzstan, Tajikistan, Uzbekistan, Kazakhstan, Turkmenistan If you are interested in competing for this requirement, please indicate your interest by sending an e-mail no later than 02 July 2004 4:00PM EDT to Janet Szatmary at szatmaryj@sddc.army.mil. The e-mail shall contain the following subject line: ??????Sources Sought Response to Container Management ITV Capability.?????? Use of any other s ubject line may delay your entry. All valid e-mail responses from prospective sources must provide the return e-mail address, company name, mailing address, telephone number, facsimile number, and point of contact within the body of their response. In ad dition, to assist in the acquisition strategy development, please respond to the following questions: 1) Is your business a large business or small business? (For the purpose of determining your business size, the North American Industry Classification System (NAICS), 517410 Satellite Communications, with a size standard of $21.0M average annual receipts over the past three years, will be utilized for this acquisition.) 2) Provide a list of customers (Government/non-Government) within the past 5-year highlighting similar work performed. Include contract numbers, contract type, dollar value of each procurement, and point of contact/addresses/and phone numbers and brief de scription of the work performed. 3) Provide information relative to past performance that demonstrates the ability to provide ALL capabilities noted below that includes, but is not limited to: a) The required capability would be used to accomplish the requirements listed below. This list is not all-inclusive. o Provide ITV for shipments that are en route o Status of a particular requisition o Last reported location of a particular container o Total shipments en route of a particular item o Total shipments of a particular item delivered to a single or multiple consignees in a given date range o Total containers delivered to a single or multiple consignees in a given date range o Current detention status by location, by consignee, by carrier or owner, and by when detention charges will or did begin. b) Web-based application approved for use in DoD architecture or able to gain approval for such use. There should be no requirement to develop any unique government-owned software application to gain access to the application. Users should be able to acce ss the application with defined access rights and passwords. The proposal to meet this capability should be in compliance with all applicable DoD security regulations, including DoD Directive 5200.28, Security Requirements for Automated Information System s (AIS), and should be able to be accessed despite firewalls. c) Initially, this capability will provide the ability to manage and control carrier-owned containers, government-leased containers, and government-owned containers into, through, and out of th e CENTCOM AOR and should have the option to expand functionality to include global coverage. d) Any solution must have the capability to accept input from various commercial and DoD sources and organize them into a user-friendly format. For example, ther e is the potential to receive data from the systems identified below from up to 35 military or contractor operated movement control teams in Iraq and Kuwait and many more throughout the entire AOR. Please include any experience with the following systems: Electronic Data Interchange (EDI) transactions, Extensible Markup Language (XML) transactions, Integrated Booking System (IBS), Radio Frequency Identification (RFID) and ITV server data, Worldwide Port System (WPS), Automated Management System (AMS), Excel spreadsheets. d) This solution must have the capability to consolidate existing data and files. These files include government-owned, government-leased, and carrier-owned spreadsheets and other existing media documenting container status information. e) The solution mu st have the capability to be queried by users at all levels. Also, users should be able to submit updates, such as container status (full, empty, current locatio n, date, etc.), in an automated manner. This can include through such means as on-line or web-based forms, or through specifically formatted spreadsheets that are sent to a central repository, processed automatically, and then sent to a database. f) Dete ntion charges are incurred when containers are not returned to the non-DoD owner in a timely manner. The owners of the containers submit charges to SDDC. Proposals must have the capability to provide an automated analysis of detention charges for accura cy and to validate or dispute the charges. For the carrier-owned containers, the owners will submit detention charges in accordance with the provisions of the Universal Services Contract. g) The solution must have the capability to generate automated noti ces and reports, including status and location of all carrier-owned, government-leased, and government-owned containers in the DTS; detention charges; and transportation and ITV reports (for example, showing all containers due-in to a particular port) for automated forwarding via email to consignees/service POCs and Command Operations Centers of containers that are approaching or incurring detention charges. The users will designate criteria, types and frequency of reports. h) Containers may be individually tracked in the future. Proposals must have the capability to accept data from possible future tracking devices (active RFID tags, satellite tracking tags) and the supporting Automated Information Systems (AISs) and process this information accordingly. 4) Other pertinent information. E-mail responses without the aforementioned information will not be recognized as valid. ALL PROSPECTIVE OFFERORS MUST RESPOND TO THIS SYNOPSIS VIA E-MAIL. TELEPHONE REQUESTS FOR SOLICITATIONS WILL NOT BE ACCEPTED OR RETURNED. Submit responses no later than 02 July 2004 4:00 PM EDT. Your response is limited to 20 pages. NO SOLICITATION EXISTS AT THIS TIME. The government reserves the right to conduct vendor oral capabilities demonstrations possibly to be scheduled at a later date. This is not a commitment on the part of the Government to award a contract as a result of this notice or to pay for any information received.
 
Place of Performance
Address: Surface Deployment and Distribution Command - W81GYE ATTN: MTAQ, 200 Stovall Street Alexandra VA
Zip Code: 22332-5000
Country: US
 
Record
SN00606256-W 20040620/040618212143 (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.