Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 05, 2005 FBO #1348
SOURCES SOUGHT

20 -- Market Survey for the Modular Causeway Systems (MCS)

Notice Date
8/3/2005
 
Notice Type
Sources Sought
 
Contracting Office
TACOM - Warren Acquisition Center, ATTN: AMSTA-AQ-AMB, E Eleven Mile Road, Warren, MI 48397-5000
 
ZIP Code
48397-5000
 
Solicitation Number
W56HZV-XX-X-YYYY
 
Response Due
8/30/2005
 
Archive Date
10/29/2005
 
Small Business Set-Aside
N/A
 
Description
PERFORMANCE BASED LOGISTICS (PBL) MARKET SURVEY FOR THE MODULAR CAUSEWAY SYSTEM (MCS) PURPOSE: The purpose of this survey is to solicit interest in the implementation of Performance Based Logistics (PBL) for the Modular Causeway System (MCS). The Army is looking for potential contractors to perform in the role of Product Support Integrator (PSI)/ Pr oduct Support Provider (PSP) for the MCS. In Accordance With (IAW) AR 70-1 and DOD 5000.1, PBL is the preferred support strategy for materiel systems. The Army will implement PBL in order to provide the war fighter increased operational readiness and inc reased reliability; enhanced logistics response times, enhanced deployment support, and enhanced wartime support; reduction in the logistics footprint, and reduction in logistics costs. DEFINITIONS: Performance Based Logistics (PBL): PBL is a product support strategy in which the logistics requirements are stated as expected results (outcomes), and wherein the responsibility and accountability of meeting these expectations fall on the Government, the designated Product Support Integrator (PSI), and their support provider(s). A PBL Contract: assigns the responsibility for all performance and outcomes to the PBL contractor. PBL is: - Buying results not resources - Using performance specs not design specs - Buying solution or an outcome not defining the process and methods to achieve a pre-determined course of action. - About assigning responsibility to the supplier not the requiring organization. Performance Support Integrator (PSI): The PSI is intended to identify a single source as being responsible and accountable for providing product support to the assigned Defense/Army system. This is designated to an agency (private, public sector or a pri vate/public sector partnership), and refers to both government and civilian agencies. Product Support Provider (PSP): The PSP is anyone that provides a logistics/support product or service in support of a materiel system. This term applies to all providers that have not been designated by the PM as the PSI. New Equipment Training: The identification of personnel, training, training aids and devices and the transfer of knowledge gained during development from the materiel developer/provider to the trainer, user, and supporter. Sustainment Training: Individual and collective training conducted in the field/with the unit, at resident schools, or through other military and/or civilian organizations to ensure continued expertise on the operations, employment, and logistics support o f fielded systems or equipment. Sustainment Maintenance: Sustainment maintenance is off-system maintenance and is mainly repair of defective equipment/parts. Sustainment maintenance returns repaired equipment/parts to the supply system. Field Maintenance: Field maintenance is on-system maintenance and is mainly replacement of defective parts and preventative maintenance. Field maintenance returns repaired equipment to the soldier. Operational Availability: A measure of the degree to which a system is either operating or is capable of operating at any time when used in a typical operational and support environment. GOALS: Ultimate goal is ultra-availability (readiness). Our goal is to structure a contract, which will incentivize the contractor to maximize system reliability, thereby reducing maintenance, spare parts and training requirements in the process. INTENT: Length/Type of Contract: Contract is envisioned to be a Firm Fixed Price Contract for up to five years. It is our desire to include options for up to five additional years. The selected PBL contractor will be responsible for a portion of the system logistics support which will be defined in the scope of work, an example of which is supply chain management (parts support) for scheduled and unscheduled maintenance in the field. The Army will retain responsibility fo r the scheduled and unscheduled organizational-unit maintenance of the MCS. Operator and maintenance training, New Equipment Training (NET), will be the prime (Original Equipment Manufacturer (OEM) contractors responsibility. The system support processe s will be transparent to the war fighter. In addition, the prime contractor will be responsible for maintaining the MCS configuration, including recommendation(s) and implementation of configuration changes to improve performance, reliability and maintena nce. The PSI will be required to negotiate performance arrangements, known also as Performance Based Agreements (PBA), with all PSPs to fulfill their responsibility. Examples of PSPs include: Defense Logistics Agencies (DLA) centers, Army Material Command (AM C), Major Subordinate Command (MSC), Inventory Materiel Management Centers (IMMCs), Depots, contractors, sub-contractors, etc. DESIRED RESULTS AND OUTCOMES: Expected performance results from the PBL provider for the MCS System is achievement of efficiencies that drives the system to an increased operational readiness (90% or better) by: (a) reducing the logistics footprint; (b) reducing maintenance/repair time s for scheduled and unscheduled direct and general support level maintenance; (c) providing relief to the army from conducting sustainment training, and (d) ultimately reducing O&S costs to the Army. MEASUREMENTS: Level of performance shall be expressed in measurable outcomes and achievement of those outcomes by objective evaluation to be further defined in the RFP. An example would be: - Obtain Mean Time Between Failure(s) (MTBF) data to establish a baseline; continuously work to improve MTBF. - Reduced Logistics Footprint: provide a measurable reduction in the time it takes to deliver Direct and General Support level spare and repair parts to the requiring organization - Reduced Maintenance/Repair times: Measurable reduction in the cycle time it takes to return repaired equipment/parts to the supply system. - Relief from conducting sustainment training: Measurable reduction in the number of sustainment training classes conducted by the Army PBL SYSTEM CANDIDATES: MCS Systems that will be supported using PBL are those systems currently in production, systems currently in the Army fleet, and those undergoing reset/recap. Operational profiles will include both wartime and peacetime Operations Tempo (OpTempo) if avail able. Wartime scenario includes supporting systems deployed into war zones. MCS Systems anticipated to be supported: Warping Tug (WT) = 13 Roll-on-Roll-off Discharge Facility (RRDF) = 5 Causeway Ferry (CF) = 5 Floating Causeway (FC) = 3 MODULAR CAUSEWAY SYSTEM PROFILE Modular Causeway System (MCS) Operational Mode Summary/Mission Profile (OMS/MP) 1. Concept of Employment. a. A diverse package of Army Watercraft provides a foundation of theater opening and reception of Army and joint forces committed to Regional Commander in Chiefs (CINCs) under Unified Action, Armed Forces (UNAAF). The Modular Causeway System is an integ ral part of the total Joint Logistics over the Shore (JLOTS) mission. LOTS missions are the unloading of ships without the benefit of fixed port facilities in either friendly or undefended territory and, in time of war, during phases of theater developmen t. LOTS operations are conducted over unimproved shoreline, through fixed ports not accessible to deep draft shipping, and through fixed ports that are inadequate without the use of LOTS capabilities. b. The MCS is a theater opening asset. It will provide a critical link between the offshore arrivals of combat power loaded aboard strategic sealift ships and placing that power ashore in a ready to fight configuration. The wartime commitment requires de ployment with the pre-position assets of the Army Heavy Brigade Afloat. The MCS is expected to operate continuously for 90-days to cover force opening and surge assets. If the re is a second near simultaneous Major Regional Conflict, the MCS will be redeployed to the new area. It must be restored to full mission capability in transit to that location. c. The MCS is a part of the UNAAF special response force support and may be deployed to Operations Other Than War (OOTW) to include policing actions and humanitarian efforts. d. The MCS is comprised of powered and non-powered floating platforms and will have the following sub-systems: Roll-On/Roll-Off Discharge Facility (RRDF), Causeway Ferries (CF), Floating Causeways (FC) and the Warping Tug (WT). Each subsystem will be mad e up of the same modular sections arranged in different configurations. This will allow commanders greater flexibility in determining the best method of discharge based on the operational situation. This appendix will use the notional scenario for a mild sloping beach area as used in the Theater Opening model for the Army Strategic Mobility Program (ASMP). The same assumptions have been validated with the Joint Tactics, Techniques, and Procedures for Joint Logistics over the Shore, Joint Publication 4-01 .6 dtd 22 August 1991. The Joint Mission Area (JMA) Assessment for Maritime Support of Land Forces, Dec 1995 and more recent arrival of the Large Medium Speed Roll On/Roll-Off (LMSR) ship have lead to a more robust RRDF platform. e. The MCS sections are made up of several modules with further subdivision into watertight compartments. These modules are interconnected with multiple pins and connection devices. This redundancy in system construction is built in to preclude catastroph ic failure. The RRDF and FC platforms are designed for the 90-day continuous operation without repair. Some temporary patches may be applied to the outer layer of modules if needed. Support Equipment will require routine service and repairs throughout t he operation. 2. Missions. The subassemblies are described below: a. Roll-On/Roll-Off Discharge Facility: Provides interface platform between a RO/RO ship ramp system and watercraft lighters, as well as, mooring positions and loading platform for other vessels. This system may be configured as a Force Opening platform of six sections to as great as seventeen sections with two lane drive-through capacity. b. Causeway Ferry: A ferry, powered by a modular warping tug with a frame, winch and stern anchor removed to allow for drive-through capability. Its primary purpose is to transfer 20 ft. containers from containerships directly to the beach for offload by Rough Terrain Container Handlers. This system may be used to haul rolling stock (wheeled and tracked vehicles) directly to the shore in mild and flat beach gradients. This, however, is envisioned to be less than 10% of its mission performance. Normally once the Floating Causeway is constructed, the highest productivity for the CF is achieved with containers direct to the beach. c. Floating Causeway: Provides a docking pier head for simultaneous discharge of more than one lighter. This subsystem allows unassisted offloading and back loading at beach interface for rolling stock and cargo using Material Handling Equipment. The sy stem can bridge up to 1500 feet from shore. Fifteen (15) feet of water depth is required at pier head to accept lighters. Gentle slope beach gradients may only require as little as four eighty foot sections to be installed. d. Warping Tug: Self-propelled craft utilized for pushing, pulling, restraining and maneuvering each fully assembled, fully loaded sub-system. The warping tug shall be used to also emplace and retrieve anchors. The tug Table will reflect times for insta llation and recovery of the FC, movement of the RRDF to ship ramp discharge sites, and tendering common to both. The operating times associated with the Causeway Ferry are shown in the WT Table 4b. . PBL MARKET SURVEY QUESTIONAIRE FOR THE MODULAR CAUSEWAY SYSTEM (MCS) Name of Company: Address: City, Sta te, Zip Code: Point of Contact (POC) information: Name: Telephone Number: Email Address: Website Address: 1. Describe your companys experience and/or knowledge of providing any/all PBL type(s) of support for commercial watercraft vessels and systems: 2. Have you successfully performed the in the role of Product Support Integrator/ Product Support Provider on any other Army or DoD system, vessel or vehicle? If so, on which please describe. What was the extent of the support provided? 3. If you have performed under a PBL contract in the past, what are some of the best practices you have used to be successful? 4. What would be your business approach to meeting the responsibility for managing the MCS fleet Please be sure to address (at a minimum) how/what you propose/recommend: a. for meeting the goal of ultra-availability b. for meeting the goal of reducing maintenance/repair times for scheduled and unscheduled maintenance (increasing Mean Time Between Failure)? c. as the approach to supply chain management in support of the MCS fleet, and how would you propose to integrate with the current organic system? d. as your approach to managing a sustainment training program and reduce the Armys training burden? 5. Compare and contrast the different strategies your company would utilize in wartime versus peacetime situations. 6. How do you see the government measuring these specific areas for obtaining supply support, reliability, training and maintenance? What suggestions might you have? 7. What potential constraints and boundaries do you anticipate with one contractor having ultimate responsibility for managing the majority of logistics and configuration support under a PBL arrangement? 9. Do you feel the desired results and outcomes as defined in this questionnaire are attainable? 10. Would your company be interested in providing PBL support to the U.S. Army under a long-term contract if this effort is pursued 11. How would you foresee the target price for a fixed level of PBL to be set up? What would a fair payment plan/schedule consist of and how could it be linked to successful performance? 12. Are there any other areas of logistics support in which your company would be interested in providing a service? Keep in mind that this is a continuous improvement and learning exercise for the government and industry. We do not have all the answers nor do we even know all the right questions. Please take time to relate to us any ideas/suggestions you may have in im proving our questionnaire or any other areas where you may have insight. Send responses to this market research survey questionnaire by email to the following POCs: Product Manager Army Watercraft Systems: Debbie Raubinger, deborah.raubinger@us.army.mil Contract Specialist: Toni Spalding, toni.spalding@us.army.mil as indicated on the Sources Sought notice. Your organization may provide response to all or part of this questionnaire. Replies to this questionnaire must be received by 30 August 2005. The response can be marked as confidential. Clearly indicate that the information is Proprietary if appropriate. All participation is voluntary and no compensation will be provided for responding to this survey. The Army appreciates your participation in this survey.
 
Place of Performance
Address: TACOM - Warren Acquisition Center ATTN: AMSTA-AQ-AMB, E Eleven Mile Road Warren MI
Zip Code: 48397-5000
Country: US
 
Record
SN00861494-W 20050805/050803212357 (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.