Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 22, 2009 FBO #2645
SOURCES SOUGHT

R -- US Army Lean Six Sigma Continuous Process Improvement (LSS/CPI.

Notice Date
2/20/2009
 
Notice Type
Sources Sought
 
NAICS
541614 — Process, Physical Distribution, and Logistics Consulting Services
 
Contracting Office
Department of the Army, Defense Contracting Command-Washington, Contracting Center of Excellence, Army Contracting Agency (ACA), 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
PR-W91A2C-9040-0001-000
 
Response Due
3/12/2009
 
Archive Date
5/11/2009
 
Point of Contact
Ashlie Evans, (703) 428-0441<br />
 
Small Business Set-Aside
Total Small Business
 
Description
RFI-PR # W91A2C-9040-0001-000 POC is Contract Specialist, CACI Support Contractor, Jothan Watkins at (703) 428-1220 or jothan.watkins@us.army.mil. This sources sought is for information and planning purposes only. It is not to be construed as a commitment by the Government. A contract may not be awarded as a result of this sources sought. The US Army Contracting Agency, Contracting Center of Excellence (CCE), on behalf of the Office of the Chief of Staff of the Army / Enterprise Task Force (OCSA/ETF), is seeking contract support for the Lean Six Sigma continuous process improvement effort. The Department of the Army (DA) recognizes the need to incorporate the most current business practices to reduce cycle times, improve productivity, reduce the cost of doing business, and to develop these skills and tools in the Army workforce. This requirement will include DA Lean Six Sigma (LSS) Continuous Process Improvement (CPI) deployment consultation, Master Black Belt project work as the lead in enterprise-wide projects, project coaching, training that leads to certification within a prescribed timeline for Green Belt, Black Belt and or Master Black Belt Projects, and implementation and sustainment support towards the goal of the Army becoming self-sustaining. CCE intends to procure these services as either small business set-aside or under full and open procedures. Only small businesses are to submit capability packages in response to this request. Interested small businesses that are certified and qualified as a small business concern under NAICS code 541614 with a size standard of $7 million are encouraged to submit their capability packages. Capability packages must not exceed ten pages and shall be submitted electronically via email. Small businesses are to outline their experience in the following key areas or tasks. Areas or tasks where a contractor does not have prior experience shall be annotated as such. * Development and maintenance of a parsimonious set of statistics and analyses at an enterprise level that guarantees optimum performance by projecting and forecasting shortfalls, errors, and failures in sufficient time to take corrective actions. * Coaching and mentoring Green Belt, Black Belt and Master Black Belt projects at the enterprise level using a pre-existing U.S. Army established methodology and framework in a way as to not diminish already well thought out CPI/LSS standards. * Providing subject matter expertise on belt certification that consistently applies pre-existing fair and rigorous corporate standards that may differ from those you are accustomed to using. That is to say experience falling in on an existing system and providing expertise within its frame work rather than imposing your own familiar methodologies and frame work. * The Army currently supports over 30 commands and organizations around the world with deployment advisors and belt coaches/mentors. Demonstrate the ability to staff up to 30 commands simultaneously with deployment advisors and belt coaches/mentors. * Demonstrate the ability to fall in on an already mature LSS deployment framework particularly with mature and established Programs of Instruction without attempting to reinventing the wheel. * Development and maintenance of portals, websites and sub-sites to include all data sets and applications. The following questions shall also be addressed in addition to the capability package: 1. Typically, the Government attempts to provide a minimum of at least 21 days notification prior to performance. However, the Government may require sufficient resources of on-site personnel within a 2-week window anywhere in the Active Army, Army Reserves or Army National Guard locations. What limitations or constraints do you foresee with this approach to support the mission of the Program Management Office to deploy LSS? 2. What level of capability exists in your company to provide a cadre of individuals with SECRET security clearances for both OCONUS and CONUS efforts to include, but not limited to, Europe, Japan, Korea, Iraq, Kuwait and Afghanistan? 3. What experience and tools have you employed to implement the DMAIC methodology? (Define, Measure, Analyze, Improve, Control) Is this methodology consistent with industry standards? Is it flexible enough to morph into the Armys existing DMAIC framework and well thought out and established set of standards? 4. What is your capacity to fall in on an existing training program and train up to 15 simultaneous LSS classes that include Green Belt, Black Belt, Master Black Belt, Project Sponsor Workshops and Executive Level Workshops? What approach do you use and is it industry standard? Can you demonstrate that you can join an already existing mature program and train it with out trying to move the Army to your existing training programs and work within the Armys framework towards achieving a cadre of enterprise level trained capability of CPI professionals? The Army is not looking for a new approach to training. Ultimately, we are looking for a company to take the existing programs of instruction and train them. 5. What qualification standards do you use to qualify your personnel as Black Belts and Master Black Belts? 6. What is your management process and oversight plan for both staff and sub-contractors? 7. What is the largest and most complex enterprise level LSS CPI effort you have engaged in terms of scope and level of effort? 8. How you define an LSS CPI Enterprise-level effort in terms of scope, complexity, level of effort, varying propensities to employ the DMAIC methodology, etc? If at least two responsible small business concerns are determined by the Government to be capable of performing this requirement based on an evaluation of the capability packages submitted by 12:00 PM EST on Thursday, 12 March 2009, the requirement will be solicited as a 100 percent set-aside for small business concerns. If capability packages are not received from at least two responsible small business concerns by the response date or if the Government determines that no small businesses are capable of performing this requirement based upon an evaluation of the capability packages submitted, this requirement will be solicited under full and open procedures. Please provide your companys name, point of contact (POC), address, phone number, and business size under the above NAICS code to the POC for this procurement. A performance-based, multiple award, Indefinite-Delivery-Indefinite-Quantity (IDIQ) contract is anticipated with Firm-Fixed Price and Time-and-Material provisions included for the issuance of task orders. The period of performance will be for one (1) base year and four (4) one year options for a total of five (5) years. The places of performance will be indicated in each individual task order. Contractor personnel will require a current SECRET clearance and be able to obtain a Common Access Card (CAC). A written Request for Proposal (RFP), if issued, is anticipated to be issued approximately Apr-May 2009. The RFP must be retrieved and downloaded from CCEs homepage at: http://cce.hqda.pentagon.mil/home/index.asp. Once to the site, please click CCE Business Opportunities, followed by RFPs, then select the desired RFP and click the Process button. No hard copies of the RFP will be issued. All amendments will be posted and must be retrieved from this website. No solicitation mailing list will be compiled. Contractors are responsible for all costs for submitting their capability packages. POC is Contract Specialist, CACI Support Contractor, Jothan Watkins at (703) 428-1220 or jothan.watkins@us.army.mil, or Contracting Officer, Ruby Mixon at (703) 428-1097 or ruby.mixon@us.army.mil.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=9f24aa3255b03046f6e2b6ac06ddc045&tab=core&_cview=1)
 
Record
SN01754599-W 20090222/090220215928-9f24aa3255b03046f6e2b6ac06ddc045 (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.