Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 19, 2004 FBO #1089
SOURCES SOUGHT

D -- Information, Logistics and Systems Management Network (LSMN)

Notice Date
11/17/2004
 
Notice Type
Sources Sought
 
NAICS
519110 — News Syndicates
 
Contracting Office
Department of State, Office of Logistics Management, Acquisition Management, P.O. Box 9115 Rosslyn Station, Arlington, VA, 22219
 
ZIP Code
22219
 
Solicitation Number
RFI1069-100404C
 
Response Due
12/1/2004
 
Archive Date
1/30/2005
 
Description
The following is a Request for Information (RFI). This synopsis is for information and planning purposes only and does not constitute a Request for Proposal. SECTION-1.0-SUBJECT. Request for Information (RFI) for just-in-time Logistics & Systems Management Network (LSMN) services designed to provide technical security systems procurement, warehousing, shipping and data services to DS/C/ST operations worldwide. The primary objective is to provide functional technical security equipment as approved by DS/ST/FSE to a DS/C/ST customer as detailed below while minimizing the time required from initial equipment request to equipment on-site delivery. Responses are due to this RFI by 4:00 PM on December 1, 2004. See Section 7.0 for further information. SECTION-2.0-DESCRIPTION. The Department of State, Diplomatic Security, Facility Support and Engineering, Facility Support Branch (DS/FSE/FSB), at the request of the Assistant Secretary for Diplomatic Security, is seeking information from industry that will assist in the development, deployment and management of "just-in-time" type of Logistics & Systems Management services. This program will carry out technical security equipment order processing, inventory management, freight transportation, provide decision support methodologies and evaluate logistical trends/analysis regarding the deployment of Technical Security equipment such as CCTV, intrusion detection, Intercoms, Access Control equipment, Locks and Door hardware, Public Address, Infrastructure Items (conduit, wire, hardware, electrical), UPSes, Explosives Detectors (inc. consumables and repair parts), Hand Tools/Power Tools, X-ray and Vehicle Barrier repair parts to US Department of State facilities on a worldwide basis. Specifically, this RFI seeks the following information: Conceptual Architecture. The proposal must address feasibility and methodology for accomplishing each of the below elements independently and cumulatively in support of US Department of State Diplomatic Security installation and maintenance operations worldwide (RDSEs, ESCs, ESOs, and domestic based operations). An order processing methodology and infrastructure. An inventory management methodology and infrastructure. A packaging, handling and staging methodology. A freight transportation methodology and infrastructure. A repair/replace/disposal methodology and infrastructure. A trends Analysis methodology and infrastructure. Proposing a Decision Support Methodology compatible with existing DS programs (Expert Choice). Develop a global technical security management system, which considers pre-existing legacy hardware, and software systems. Develop and maintain an initial and supplemental staff training mechanism. Provide alternative approaches and cost estimates for the above based on degree of effectiveness. SECTION 3.0-REQUIREMENTS. This section enumerates the functional requirements for the LSMN. Create a just-in-time deployment mechanism that provides DS/ST/FSE-approved technical security equipment per above description to DoS facilities worldwide under the direction of DS/FSE/FSB. Responsible to acquire and maintain a network of partners, subcontractors and venders who manufacture, supply and transport DS/ST/FSE-approved technical security equipment worldwide. Responsible to implement a software system that can receive process and track equipment orders from a worldwide customer base in real time. The software must also be able to provide instant and accurate reports to the Department to determine future usage and fiscal requirements and available stock as well as recommend vendor order placement. Responsible for the procurement, warehousing, packaging, transport, and customs requirements of required technical security equipment orders. Develop a real-time order prioritization model. Collect logistical and life cycle data that FSB can use for planning future needs. Developing methodologies for carrying out long-haul and short-haul freight transportation for both unclassified and classified shipments. All requirements to be carried out by cleared Americans at cleared facilities. Provide a mechanism for tracking shipments able to determine shipment location near real-time. Accommodate USG oversight and reviews. Responsible for adapting operations to allow for additions to and subtractions from the DS/C/ST approved list of equipment. Responsible for any necessary staging/warehouse site considerations that could include but are not limited to the existing warehouse facility at 7974 Cluny Court, Springfield, VA 22153. Responsible for maintaining instantaneous worldwide communications with customers and partners via internet, intranet and telephone. Contracted staff, which process approved equipment or access DoS computer systems must maintain a minimum of a SECRET security clearance. Some positions will require staff to maintain cognizant computer skills with DoS software packages such as MS Office professional. Other requirements will be addressed at a later date. Examples of such requirements include security policies, security management requirements and Federal Acquisitions Regulations (F.A.R.). Capable of procuring, staging, shipping and inventorying in excess of 300,000 items valued in excess of $25,000,000 cost/year (>3000 catalog numbers) via sea freight, ground freight or air freight as required by the USG. Equipment handled include but may not be limited to CCTV, intrusion detection, Intercoms, Access Control equipment, Locks and Door hardware, Public Address, Infrastructure Items (conduit, wire, hardware, electrical), UPSes, Explosives Detectors (inc. consumables and repair parts), Hand Tools/Power Tools, X-ray and Vehicle Barrier repair parts. The purpose of this RFI is to gather information about those requirements enumerated above. To the extent simplifying assumptions are needed, respondents are encouraged to make and document such assumptions in their responses. SECTION 4.0-SAMPLE RESPONSE OUTLINE. Following is a suggested outline and page counts for a response to this RFI. This outline is intended to minimize the effort of the respondent and structure the responses for ease of analysis by the government. Nevertheless, respondents are free to develop their response as they see fit. Section 4-1 - Conceptual Program: Briefly describe one or more concepts for LSMN including the reliability and availability characteristics of each concept. Discuss the capability for each concept to expand or reduce its size as needed to meet the needs of the Department of State (3-5 pages per concept). Section 4-2 - Feasibility Assessment: Briefly describe the feasibility of each concept and tradeoffs involved as matched against the functional requirements (1 page per concept). Section 4-3 - Cost and Schedule Estimates: Provide cost estimates for each concept for 5 and 10-year contract terms for non-recurring and annual recurring costs. Also, discuss cost drivers, cost tradeoffs, and schedule considerations (2-3 pages). Section 4-4 - Corporate Expertise: Briefly describe your company, your products and services, history, ownership, financial information, and other information you deem relevant (no suggested page count). In particular, please describe any projects you have been involved in that are similar in concept to what is described in this RFI, including management and operations approach, security requirements, security assurance processes, and any relevant lessons learned (1-2 pages per project). Include any comments on the structure of the requirements for a formal RFP response. Section 4-5 - Additional Materials: Please provide any other materials, suggestions, and discussion you deem appropriate. SECTION-5.0-INFORMATION EXCHANGE MEETINGS. DS/FSE will hold an information exchange meeting to discuss this RFI with interested potential respondents. Details about this meeting will be made available at a later date. If you wish to attend this meeting, please respond via EMAIL ONLY to the contact provided in section 7.0 below. SECTION-6.0-DISCLAIMER. All interested business concerns shall identify their interest by providing the company name, capabilities, mailing address, phone number, and electronic mail address to the contracting office. Replies are not mandatory. Replies will be separated from, and have no bearing on, subsequent evaluation of proposals submitted in response to any resulting formal Requests for Proposals. The use of information received from industry to complete final statements of work and resulting solicitation documents will be at the discretion of the Government. Any subsequent solicitations will be synopsized prior to its release. Eligibility in participating in a future acquisition does not depend upon a response to this notice. The Government will not critique a potential offerer?s information and the RFI should not be used by offerers to market their services. The Government does not intend to pay for the information solicited and will not recognize any costs associated with submission of the RFI. Proprietary information is not being solicited. Information considered proprietary, if any, should be identified as such and will be handled accordingly. Responses to the RFI will not be returned. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI. SECTION-7.0-CONTACT INFORMATION. Following is the Point of Contact (POC) for this RFI: Ms. Veronique Clark, (703) 875-4263, EMAIL: ClarkVP@state.gov. Please submit responses via e-mail in Microsoft Office format by 4:00 PM on December 1, 2004 to the POC. You may also submit supplemental hardcopy materials such as brochures, etc. (5 copies each) to the POC at the following address: Veronique Clark, U.S. Department of State, Office of Acquisition, 1701 North Fort Myer Drive, Room 200, Arlington, VA 22209. Submit responses no later than DECEMBER 1, 2004, via EMAIL ONLY. (Attachments must be M.S. office 97 compatible, word format) An electronic response is the only accepted method. Future information on this acquisition will be located on Website: http://eps.gov/. It is the responsibility of the prospective offerer to check this site regularly for any changes. (NOTE: THE EMAIL ADDRESS ? CLARKCP@STATE.GOV STATED AT THE END OF THIS RFI IS INCORRECT)
 
Place of Performance
Address: SPRINGFIELD, VA
 
Record
SN00709374-W 20041119/041117211805 (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.