Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 18, 2011 FBO #3462
SOLICITATION NOTICE

R -- Supply Chain Management Services - 100% Full and Open Competition

Notice Date
5/16/2011
 
Notice Type
Presolicitation
 
NAICS
541614 — Process, Physical Distribution, and Logistics Consulting Services
 
Contracting Office
U.S. Department of State, Office of Logistics Management, Acquisition Management, P.O. Box 9115, Rosslyn Station, Arlington, Virginia, 22219
 
ZIP Code
22219
 
Solicitation Number
SAQMMA11R0186
 
Point of Contact
Maxine R. Hodges, Phone: 703-312-3676, Andrew J. Lloyd, Phone: 703-312-3675
 
E-Mail Address
hodgesmr@state.gov, lloydaj@state.gov
(hodgesmr@state.gov, lloydaj@state.gov)
 
Small Business Set-Aside
N/A
 
Description
This notice is made in accordance with FAR Part 5.203 and will account for the 15 day pre-solicitation issuance requirement. The anticipated release date for the solicitation is June 1, 2011. The Department of State (DOS), Bureau of Diplomatic Security (DS), Office of Security Technology (ST) has a requirement for a qualified contractor to provide a robust, cradle-to-grave Supply Chain Management (SCM) service. ST envisions a holistic approach to supply chain, with a strong management infrastructure capable of integrating and managing the flow of products and information. The goal is multifold: to create a responsive, proactive and cost-effective supply chain capable of not only managing a catalog of more than five-thousand unique products and distributing them to over 147 domestic and 285 overseas DOS facilities with real-time visibility, tracking and accurate lead times; but to provide like services for any other items ordered in support of DOS critical needs. Due to the unique, sometimes dangerous and hostile locations of DOS facilities, ST must maintain the ability to apply cutting edge technology to new problems in information and personnel protection. The contractor will need to possess an expert knowledge of Technical Security Systems (TSS) in order to fulfill the technology development aspect of the supply chain. The objectives are for the SCM Contractor to: •Ensure best value pricing of products and services; •Reduce the time to obtain products and services, ensuring predictable, consistent lead times; •Standardize staging of equipment for shipping and implementation; •Provide reliable, on schedule deliveries worldwide; •Provide customer's real-time visibility into the supply chain process; •Manage costs and obsolescence through equipment repair; •Provide technical assistance and life-cycle support to perimeter X-Ray, explosive detection equipment, and other specialized equipment; •Provide real-time order status, accurate delivery schedules, and delivery confirmation notices to the ordering activity and installation contractors, of any item ordered (not merely those noted in the aforementioned catalog); •Facilitate the customs process for in-country receipt of overseas shipments; •Identify and develop technology to improve technical security capability, minimize security vulnerabilities, and reduce costs; •Maintain the technical specification documents for TSS; •Test and evaluate identified commercial-off-the-shelf equipment or systems for approval or disapproval; •Identify and incorporate innovative, superior technology in DS-approved equipment and systems while staying abreast of new developments and technologies; •Conduct market research, product surveys, systems integration efforts, and product comparisons to ensure the best possible technology or solution is used; •If no commercial-off-the-shelf products are available, design and develop specialized technical security applications, equipment, and solutions as required with approval to support appropriate standards; •Develop, create and maintain documentation for customer requirements, technology needs assessments, concept of operations, system specifications, product test and evaluation, pilot project plans, equipment deployment, technical drawings, technical bulletins and new product bulletins; •Assist the DS Training Center to create and maintain training materials for new equipment; •Assist customers with troubleshooting and equipment deployment; •Research, evaluate, and present recommendations for new locking hardware; •Provide lock support and technical assistance, and •Maintain online document repositories that include equipment bulletins, deployment documentation, manufacturer's literature, and drawings. This contract will be unique in that ST anticipates awarding three separate but critically related contracts to support the delivery and installation of TSS to domestic and overseas posts. Each Contractor shall be required to collaborate to create the most effective and efficient support organization for meeting ST goals. To ensure that product delivery is coordinated with installation, Associate Contractor Agreements (ACA) shall be required. ACAs shall be applicable for any portion of the contract that necessitates joint participation in the accomplishment of the Government's requirement. The anticipated period of performance is one (1) base year and four (4) one-year options. This requirement will be solicited using 100% full and open competition. The Government reserves the right to issue multi-type task orders for specific tasks approved by the Contracting Officer. Contractor performance will be measured in accordance with the metrics specified in each task order. The contract will be awarded utilizing the best value trade-off source selection methodology. This means that the offeror's plan of operation is more significant than cost. As technical merit of the Offeror's proposals become more equal, the evaluated cost or price may become the determining factor. The National American Individual Classification Standard (NAICS) code for procurement is 541614, Process, Physical Distribution and Logistics Consulting Services The contractor will be required to possess a SECRET Facility Clearance at the time of proposal submission. The contractor must have the ability to obtain a TOP SECRET Facility Clearance. After the solicitation has been posted, a date will be set for Vendor Questions to be proposed in writing to the Contract Specialist. Proposals are due forty-five (45) days after the solicitation has been posted. The contract will be awarded within approximately forty-five (45) days after proposal submission. All announcements and amendments made to the solicitation will be posted on FedBizOpps. To receive updates, click on "Register to Receive Notification. This pre-solicitation announcement is for notification purpose only. Do not submit any information in response. Official questions will be taken after the solicitation notice has been posted. All prospective contractors must be registered in the Central Contractors Registry (CCR) in order to be eligible for award. A pre-proposal conference for all interested vendors is anticipated. The date, time and location of the conference will be announced through a posting on FedBizOpps.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/State/A-LM-AQM/A-LM-AQM/SAQMMA11R0186/listing.html)
 
Place of Performance
Address: State Annex-24, 5800 Barclay Drive, Alexandria, Virginia, 22315, United States
Zip Code: 22315
 
Record
SN02449022-W 20110518/110516234806-5d2b610700b00d071960a59db54815be (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.