Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 29, 2009 FBO #2621
SOURCES SOUGHT

R -- Inventory Management Processes

Notice Date
1/27/2009
 
Notice Type
Sources Sought
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
Department of State, Office of Logistics Management, Acquisition Management, P.O. Box 9115, Rosslyn Station, Arlington, Virginia, 22219
 
ZIP Code
22219
 
Solicitation Number
RFI095555
 
Archive Date
3/4/2009
 
Point of Contact
John Anderson,, Phone: 571-226-9799
 
E-Mail Address
AndersonJR3@state.gov
 
Small Business Set-Aside
N/A
 
Description
Notice Type: Sources Sought Synopsis: The Department of State (DoS) Bureau of Diplomatic Security (DS) is issuing this Sources Sought Announcement for planning purposes only. The purposes of this sources sought synopsis is to determine if there are commercial sources capable of (1) performing requirements analysis and recommendations of industry best-practices to improve and standardize the Bureau’s current inventory management processes; (2) providing a Corrective Action Plan (CAP) based on those analysis and recommendations; (3) implementing the CAP Bureau-wide; and (4) managing these business processes for a finite period of time. Under this potential requirement, the responsible contractor should be able to provide cradle-to-grave services and qualified personnel to support three (3) phases: 1. Analysis Phase - Provide business process standardization and improvement recommendations following industry best-practices. The scope of this effort may include but is not limited to: a. The following business operational areas within the Bureau: (1) Procurement of Property (2) Management of Property (Receiving, Storage, Inventorying, Issuing, Property Accountability, and Disposal); (3) Maintenance of Property (Supply-chain Management). b.Utilization of some existing Department/Bureau software and hardware management assets. c. Recommendations to be provided as part of an overall Corrective Action Plan (CAP). d. Development of an Implementation Plan to support a Bureau-wide fielding of the CAP. e. Property inventories of both a classified and unclassified nature. 2. Implementation Phase - Implement the CAP recommendations Bureau-wide using the Implementation Plan. The scope of this effort may include but is not limited to: a. National Capital Region (NCR). b. Field offices within the continental U.S. and its territories. c. Overseas Posts. 3. Management Phase - Manage the post-implementation business processes. The scope of this effort may include but is not limited to: a. Management of all or part of the operational processes for a minimum of one (1) year following the successful completion of the Implementation Phase. b. Option years to extend the Management Phase of this effort. c. Training and turnover of management activities to DS personnel at the completion of the Management Phase. Instructions to Respondents: Respondents are requested to provide a Capabilities Statement that presents a brief overview of the respondent's ability to perform each of the phases detailed above. Respondents that are not able to meet all requirements stated in this notice are encouraged to submit a capabilities statement detailing those requirements that can be met. Businesses responding to this notice should also provide the following: 1. The primary Point of Contact to discuss the Capabilities Statement, inclusive of the POC's name, phone number and e-mail address 2. Whether the business is, or is not, a small business concern, a service-disabled veteran owned small business, or a HUB Zone business concern as defined in FAR 52.219-1 for NAICS Code 493110. 3. Whether the business is, or is not, registered in the Central Contractor Registration. 4. Whether the business does, or does not, currently have an Accounting System approved by their cognizant Defense Contract Audit Agency for determining costs applicable to a US Government Cost Type contract. 5. Whether the business does, or does not, currently have a minimum of a Secret facility security clearance for all candidate personnel. DS will review all Capabilities Statements received. Respondents may be contacted to arrange for a site visit and interview to validate the information contained in the Capabilities Statement. This is a Sources Sought Announcement to be used for preliminary planning purposes. No proposals are being requested or accepted with this announcement. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT SHALL BE AWARDED FROM THIS SOURCES SOUGHT REQUEST. The Government will not reimburse respondents for any costs associated with preparing or submitting a response to this notice. No telephone calls will be accepted requesting a bid package or solicitation. Please provide capability statements either by mail or email no later than 5 P.M. EST, February 17, 2009 to the contract specialist.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=250d60c8a53c5229a14242ba8e61c4d7&tab=core&_cview=1)
 
Place of Performance
Address: Diplomatic Security Headquarters, Rosslyn, Virginia, 22209, United States
Zip Code: 22209
 
Record
SN01739167-W 20090129/090127220623-250d60c8a53c5229a14242ba8e61c4d7 (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.