Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 15, 2021 SAM #6987
SPECIAL NOTICE

99 -- Request for Information Model SSA (Automated Warehouse)

Notice Date
1/13/2021 5:23:36 AM
 
Notice Type
Special Notice
 
Contracting Office
W4MM USA JOINT MUNITIONS CMD ROCK ISLAND IL 61299-5000 USA
 
ZIP Code
61299-5000
 
Response Due
1/20/2021 2:30:00 PM
 
Archive Date
01/21/2021
 
Point of Contact
Shaun Peterson, Phone: shaun.y.peterson.civ@mail.mil, James Doran, Phone: james.w.doran10.civ@mail.mil
 
E-Mail Address
shaun.y.peterson.civ@mail.mil, james.w.doran10.civ@mail.mil
(shaun.y.peterson.civ@mail.mil, james.w.doran10.civ@mail.mil)
 
Description
The Government is issuing this Request for Information (RFI) in accordance with Federal Acquisition Regulation (FAR) clause 52.215-3 Request for Information or Solicitation for Planning Purposes.� The Government does not intend to award a contract on the basis of this RFI or otherwise pay for the information solicited.� This is a RFI; your response will be treated as information only.� Your response shall not be used as a proposal.� FAR clause 31.205-18 is not applicable to this RFI.� FAR clause 52.215-3 Request for Information or Solicitation for Planning Purposes and 52.210-1 Market Research are incorporated by reference into this RFI.� Interested Offerors are requested to respond to this RFI by 4:30 pm Central Standard Time, Tuesday December 22, 2020.� All questions and responses to this RFI are to be submitted to Shaun Peterson at shaun.y.peterson.civ@mail.mil and James Doran at james.w.doran10.civ@mail.mil.� Please be aware you may need to split your submission into multiple emails to ensure the size of each email is below 10MB.� Email submissions greater than 10MB may not be processed by the Government�s email server. The Army Materiel Command is seeking information in order to transform an existing Supply Support Activity (SSA) warehouse into a state-of-the-art Model SSA.� The Model SSA would exploit advanced technology, artificial intelligence, robotics, and automated systems for war-time, field and garrison missions in order to monitor performance, enable rapid SSA configuration, and provide increased velocity of all segments of the supply chain, to include delivery to the customer.� The Government�s desired end state is a more efficient supply chain (SSA) that is able to receive, issue, pack, label, inventory management, store stock and distribution utilizing minimal touch labor while significantly increasing the SSA�s operations efficiency and accuracy.� AMC�s initial (proof of concept) Model SSA is located at Fort Hood, Texas.�� The number of unique inventory items stocked at the SSA is approximately 4,458 with 95% of Common Authorized Stockage List�(CASL) weighing under 31 pounds with an �average weight of �2.25 pounds.� CASL minimum and maximum weight ranges from 0. 01 pounds (washers, etc.) to 8580 pounds.� Robotic systems or automated carrying systems must be able to carry loads representing 95% of the inventory stored in the SSA in fixed and bulk locations, operate in various environments and support planographs built on the fly.� In support of market research, the Government is requesting information from interested vendors with regards to Industry�s capabilities to assess the current warehouse operations, identify capability gaps and opportunities for optimization utilizing cutting edge technology to design a solution to meet the desired end state and then subsequently field the solution.� The use of existing commercial off the shelf, non-developmental technology is desired to the maximum extent possible.� Interested vendors may submit a whitepaper not exceeding 10 written pages (12 point Ariel Font), or 15 pages total with the inclusion of charts/graphs (no more than 10 written).� Whitepapers shall not include proposed pricing but should at a minimum address the following: The capability to assess, design, and field the solution within six months after a notice to proceed � The contract type (e.g. Firm-Fixed-Price, Cost, etc.) recommended for this effort � The extent of commercial and non-developmental hardware and software available to meet the following: Automated systems must function in both garrison and military (deployed/field) operations Robotic systems should be hybrid systems with operational battery life to support normal and extended supply operations � For required developmental hardware and software, the ability to rapidly produce a technological solution to Military Specifications and Standards. � Note:� Regardless of the technology source, the solution shall conform to applicable DoD, FAR, OSHA and other regulatory restrictions, policies, and guidelines involving Federal acquisition procedures, safety, physical and cyber security, radio frequency (RF) spectrum management, etc.� The solution must interface with existing Army systems including Global Combat Support System-Army.� Access to real time data and assessment information shall not require input/output links (e.g. spreadsheets, databases, etc.) � Offer the maximum flexibility to innovatively manage the program schedule, performance, risks, warranties � Describe a service plan and implementation schedule � Information addressing FAR 10.002 (a) (1) (i) � (ii) as applicable, less associated costs.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/82b540cab1be4c148a185462ea31ba6f/view)
 
Place of Performance
Address: Fort Hood, TX 76544, USA
Zip Code: 76544
Country: USA
 
Record
SN05891023-F 20210115/210113230103 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.