Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 09, 2006 FBO #1656
SOURCES SOUGHT

D -- Adaptive Logistics in Support of Sense and Resond Logistics

Notice Date
6/7/2006
 
Notice Type
Sources Sought
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
Contracting Center of Excellence, Army Contracting Agency (ACA), ATTN: Policy and Compliance, 5200 Army Pentagon, Room 1D245, Washington, DC 20310-5200
 
ZIP Code
20310-5200
 
Solicitation Number
W903J661110002000
 
Response Due
6/16/2006
 
Archive Date
8/15/2006
 
Small Business Set-Aside
Total Small Business
 
Description
Adaptive Logistics in Support of Sense and Respond This is not a Request for Proposals. The Army Contracting Agency Contracting Center of Excellence (CCE) on behalf of the US Department of the Army, (DA), Office of the Deputy Chief of Staff G-4, (ODCS, G-4), Pentagon, is conducting a Sources Sought/Market Research in accordance with the Federal Acquisition Regulation (FAR) 10.001 to determine the extent of small business capabilities in performing the requirement for procuring services for Adaptive Logistics in Support of Sense and Respond Logistics (S&RL) . The Logistics Transformation Agency (LTA) has been tasked by the Office of the Deputy Chief of Staff (ODCS) G4, to provide the Armys input to Sense and Respond Logistics (S&RL). S&RL is a principle tenet of Focused Logistics and is a critical enabler to transformation. The concept of S&RL relies upon highly adaptive, self-synchronizing, and dynamic physical and functional processes, employing and enhancing operational cognitive decision support. The S&RL concept predicts, anticipates and coordinates actions that provide warfighting advantages spanning the full range of military operations across the strategic, operational and tactical levels of war. It requires a network-centric enterprise and disciplined collaboration within and across Communities of Interest (COI). Synchronizing the logisticians decision cycle to that of the warfighter enables a logistics system that is focused on the effect a given action in the logistics domain will have on the warfighters planned or executing intent. The end state is for logisticians to operate within the construct of a global, end-to-end distribution based enterprise that synchronizes and integrates all elements of the logistics system to ensure consistent, reliable, and predictable support to the Joint Force Commanders concept of operations. All responsible small business sources are invited, at no cost to the Government, to provide technical information for a capability evaluation. This Sources Sought/Market Research shall not be construed as a Request fo r Proposal. The Government does not intend to award a contract from the results of this Sources Sought Notice. The North American Industry Classification Code for this requirement is 541512 and the Small Business size is $23 Million Dollars. Please iden tify yourself as Small Business; Service-disabled veteran-owned small business, Hub Zone small business, small disadvantaged business, or Woman owned small business concerns. The requirement is identified as follows: SCOPE: This is an additional development of the Adaptive Logistics in Support of Sense and Respond Logistics (S&RL) will include the development of a National Logistics Level Common Operating Picture (NL2COP), continued development of the ALCT, and contin ued development of the Ultra Log software to the ActiveEdge platform. The contractor will leverage the ALCT capability that has been developed for the Theater Sustainment Command as well as ongoing United States Army LTA projects, such as Theater Logistic s Command and Control, the Army Logistics Integrating Architecture (ALIA), Logistics Command, Control, Communications, Computers, Intelligence, Surveillance and Reconnaissance (C4ISR), Logistics Command and Control Data Fusion, and the Army S&RL Analysis. It will incorporate elements of the OSD Office of Force Transformation (OFT) vision for S&RL as well as OSDs Force-Centric Logistics Enterprise (FLE). Cognizant of the overall Army Logistics Transformation goals and timelines and with specific focus on the near to mid-term (twelve months) CLOE critical events, this Scope of Work encompasses, without a break in support, continuity, dedicated logistics, information technology and management support expertise as described in the Tasks and Deliverables Secti on. The contractor shall participate as an integral member of the CLOE Technical Team. The contractor shall coordinate deliverables as they are being developed with the Technical Team and shall assist the Logistics Transformation Agency by providing management support, subject matter expertise, synchronization, and integration of Logistics Transformation initiatives including, but not limited to, CLOE Weapon System Life Cycle Management (WSLCM), and selected demonstrations and experiments. All work shall be performed in conjunction with, and in direct support of, the overall CLOE initiatives and in direct coordination with the CLOE Tea m. The contractor shall provide all labor, materials, facilities, equipment, and property, unless otherwise stated herein, to continue development of an Adaptive Logistics Capability Tool (ALCT) that supports Adaptive Logistics C2 in support of S&RL acros s the Army/DoD Enterprise. This SOW leverages previous Adaptive Logistics in Support of Sense and Respond Logistics (S&RL) and continues the framework to build an Adaptive Logistics Command and Control (C2) Capability that can be applied at both the tact ical and strategic levels. The objectives of this Adaptive Logistics C2 Capability and National Level Logistics Common Operating Picture (NLLCOP) are: a. Enhance Asset and Event Visibility throughout the enterprise from the strategic base to the point of the effect. b. Provide actionable information to the war fighter and Army strategic decision makers. c. Follow the data standards and formats that have been set through the Common Logistics Operating Environment (CLOE). d. Employ Commercial off the Shelf (COTS) or high technology developmental products to achieve Joint Collaboration and Command and Control. For additional information please review the Statement of Work (SOW), which may be found at http//dccw.hqda.pentago n.mil/services/RFP1.asp. OBJECTIVES: The initial year of this contract will result in a more closely integrated capability that will improve the situational awareness and actions taken by the ultimate User/Stakeholder at the tactical, operational, and st rategic levels, in further defining the ALCT requirements/processes/business rules at the tactical, operational, and strategic levels, with continued development of the ALCT capability at LTA-N (to include information process integration with BCS3, identif ication and interface to other requisite logistics data sources, and initial CPOF interfaces), exploration and development of the follow-on adaptive logistics construct, Effects based Logistics, transitioning the initial ALCT Leave Behind Capability, which has been developed for logisticians at the Theater Support Command (TSC), to the Product Manager (PdM) Battle Command Sustainment Support System (BCS3), development and demonstration of National Level Logistics Common Operating Picture (NL2COP), and cont inued development and migration of the Ultra Log capability to the Active Edge Platform. In addition, we will start the process of integration, testing and demonstrating the Effects Based Logistics construct for logistics C2 with the logistics enterprise and process convergence. The contractor shall be able to provide support to the Office Deputy Chief of Staff G-4 in satisfying their needs to meet the requirement. Please no phone calls requesting information on current contract. The Government is seekin g only information on a contractors ability to perform for this requirement. Capability statements should include a description of your companys experience and necessary resources to support this requirement and examples of your companys past performan ce in executing this type of work. Individual responses to this request for information that may contain company proprietary information must be marked accordingly. Such information will not be released outside the Government. The Government may revise its acquisition strategy and solicitation requirements based upon industry response. The Government shall not be liable for or suffer any consequential damages for any technical informati on identified (e.g., limited and/or restricted rights). Capability packages and/or written comments are to be submitted by 1:00 pm., Eastern Standard Time (EST), 16 June 2006. CCEs point of contact is Mr. John M. Buccigrossi (703) 697-3673, email: joh n.buccigrossi@hqda.army.mil. No extensions will be granted. No telephone submissions will be honored. Capability packages shall be delivered using one of the following methods: E-MAIL to Mr. John M. Buccigrossi; EXPRESS MAIL CARRIERS: Offers submitted by express mail services (e.g., Federal Express, United Parcel Service, DHL, etc.) shall be submitted to: Department of the Army, Contracting Center of Excellence-Washington, ATTN: Mr. John M. Buccigrossi, Rm. 1C256, 5200 Army Pentagon, Washington, DC 2 0310-5200; HAND CARRIED: CCEs Receptionist, Rm. 1C243, The Pentagon, Washington, DC 20310-5200. Please advise Mr. John M. Buccigrossi no later than 24 hours prior to delivery by both telephone (703) 697-3673 with an email to ensure that arrangements c an be made to accept promptly by appropriate personnel.
 
Place of Performance
Address: Contracting Center of Excellence, Army Contracting Agency (ACA) ATTN: Policy and Compliance, 5200 Army Pentagon, Room 1D245 Washington DC
Zip Code: 20310-5200
Country: US
 
Record
SN01064237-W 20060609/060607221532 (fbodaily.com)
 
Source
FedBizOpps 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.