Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 22, 2023 SAM #8030
SOURCES SOUGHT

99 -- Theory of Constraints (ToC) Implementation to Support Combat-Focused Logistics

Notice Date
11/20/2023 1:12:51 PM
 
Notice Type
Sources Sought
 
NAICS
54161 —
 
Contracting Office
FA7014 AFDW PK ANDREWS AFB MD 20762-6604 USA
 
ZIP Code
20762-6604
 
Solicitation Number
FA7014-24-R-A4TOC
 
Response Due
12/18/2023 9:00:00 AM
 
Archive Date
01/02/2024
 
Point of Contact
Margaret Santos, Takayla Isler
 
E-Mail Address
margaret.santos@us.af.mil, takayla.isler@us.af.mil
(margaret.santos@us.af.mil, takayla.isler@us.af.mil)
 
Description
Request for Information (RFI) on Theory of Constraints (ToC) Implementation to Support Combat-Focused Logistics ***UPDATE as of 11/20/23:� VIRTUAL INDUSTRY DAY HAS BEEN SCHEDULED FOR TUESDAY 5 DECEMBER 2023 - 10AM TO 12PM EST.� Please email the listed POCs below to request the link to the Virtual Industry Day.� Please reference A4 TOC Virtual Industry Day Link .� ***�� 1.0 Description 1.1 Tesseract, in support of the Headquarters Air Force, Directorate of Logistics, is seeking information on how an interested contractor could utilize Theory of Constraints as a management methodology to enable highly variable organizations to identify, focus on, and resolve the critical issues affecting their goals across the Logistics enterprise.� 1.2 THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. This RFI is issued solely for information and planning purposes � it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. This request for information does not commit the Government to contract for any supply or service whatsoever. Further, the Air Force is not at this time seeking proposals and will not accept unsolicited proposals. Respondees are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this RFI; all costs associated with responding to this RFI will be solely at the interested party�s expense. Not responding to this RFI does not preclude participation in any future RFP, if any is issued. If a solicitation is released, it will be synopsized on SAM.gov. It is the responsibility of the potential offerors to monitor this site for additional information pertaining to this requirement. 2.0 Background HAF/A4 instituted operational ToC proof-of-concepts started in AMC, AFGSC, and ACC in 2018.� Initiatives have expanded to 35+ projects across Aircraft Maintenance, Logistics Readiness, Depot, Supply Chain Operations, and Operations processes. The Air Force has gained readiness by applying ToC to base-level pilot production/sortie generation systems.� Some Operations/Maintenance Implementations include, but are not limited to: Consolidating scheduled maintenance to increase their phase throughput and expose an additional aircraft per day for utilization.�� Implementing block academics, synchronized counter-air phases, and controlled the WIP (work-in-process) of student release; increasing number of effective sorties per week Increasing the number of Pilot Flight Training missions, consolidated mission planning, modified the check ride process, and bundled scheduled maintenance solutions to improve Field Training Unit pilot training throughput and successfully posturing to absorb the increase of incoming students through the following fiscal year. Mitigating a challenging year due to a combination of one-time crew conversion, a growing student backlog, and fleet modifications, which resulted in a significant sortie deficit. The Operations Group re-designed sortie configurations; implemented the �ground sortie� concept; and adopted a new scheduling process using a wing-level priority logic to increase throughput effectiveness of every sortie to increase crew readiness and increased sortie training throughput. � Mitigating a Primary Aircraft Inventory reduction which equated to a very significant sortie deficit. To overcome this deficit, the Wing used ToC to prioritize meeting the sortie requirements and Wing progression through scheduling changes and improved training efficiency. They also enhanced pilot availability; developing a new Flight Lead syllabus and utilizing adversary air to boost upgrades. 2.1 Planned Production/Services Description: To accelerate combat-focused logistics through Theory of Constraints implementation at the operational level. 2.2 Delivery Period/Period of Performance: 28 February 2024 � 28 February 2025 2.3 Security Requirements: Must be an American citizen with the ability to obtain a Tier 2 Security Clearance.� � 3.0 Objective � 3.1� The industry partner shall conduct the following: 3.1.1� Establish a standard methodology to apply ToC concepts to processes that will smooth the flow of processes.� 3.1.2� Conduct on-location Leadership workshops on ToC concepts and how to apply the concepts of ToC, using the standard methodology, to get targeted results.� 3.1.3� Conduct core team (process owners) workshop on ToC concepts and how to apply ToC concepts, utilizing the standard methodology, to smooth the flow processes.� 3.1.4� Provide data collection and analysis activities of current end to end processes at specified locations/bases to determine where ToC should be applied to obtain the greatest return on investment.� 3.1.5� Work with process owners to design and detail out the ToC solution to fit the locale�s operation that is presumed to provide the greatest return on investment. This includes defining the policies, rules, business processes, roles and responsibilities and metrics measured to assess the solution, as well as metrics used to measure gains.� 3.1.6� Facilitate buy-in workshops to obtain organizational consensus at the process owner and local leadership level.� 3.1.7� Articulate a standard methodology to apply ToC and the process to which ToC concepts will be applied, anticipated gains, and the metrics used to measure anticipated gains.� 3.2������ Travel Requirement Contractors will be expected to travel to CONUS and OCONUS locations. 3.3������ Security Clearance eligibility may be required 4.0 Responses 4.1 Capability Statements Please provide a capability statement in PDF format or a written narrative that clearly defines your organization, accomplishments, and plan of action. Capability statements may include other presentations formats, however shall not exceed 25 pages.� The presentation is due no later than 18 December 2023, 11:59 EST.� Submissions via e-mail only to the Contracting Officer, Ms. Margaret Santos at margaret.santos@us.af.mil and SSgt Takayla Isler at takayla.isler@us.af.mil. Capability Statements shall include: 4.1.1� Title page � include company and partner information, along with other traditional customary information (logo, photograph, date, recipient, disclosure statements, etc.) 4.1.2� Basic company information � Address, Telephone Number, Email Address, Technical and Business and/or Legal Points of Contact for follow-up questions as necessary. 4.1.3� Describe the �Who, What, When, Why, and How,� of your program and company 4.1.4� Intellectual property/modularity/interoperability information or concerns.� Proprietary information, if any, should be minimized and MUST BE CLEARLY MARKED. To aid the Government, please segregate proprietary information. 4.1.5�� A description of your consultation portfolio, past projects, current programs 4.1.6� Any government contracting vehicles you currently operate under, GSA, IDIQ, SBIR, recent CSO solution, etc 4.1.7� Technical details relevant to any technology you utilize 4.1.8� Government resources and partnerships that would be valuable 4.1.9� Finally, the USAF welcomes perspectives or comments from the respondents on what they believe would be valuable support in facilitating the successful execution of their efforts. Information may include performance timelines, funding requirements, in-kind assistance, requests for information or support, proposed concepts of operations, or other considerations that you would like to bring to the attention of the government. The intent of this is for the Government to receive information to understand common considerations across the industrial base, facilitate the development of possible future programs that accommodate the needs of the performers, and to identify opportunities that align with DoD�s interests. Please be advised that all submissions become Government property and will not be returned. 4.2 Recommended contracting strategy: Firm Fixed Price 4.3. Business Size/NAICS Business size (large business, small business, small disadvantaged business, 8(a)-certified small disadvantaged business, HUBZone small business, woman-owned small business, service-disabled veteran-owned small business) based upon North American Industry Classification System (NAICS) code 54161. �Small business concern� means a concern, including its affiliates, that is independently owned and operated, not dominant in the field of operation in which it is bidding on Government contracts, and qualified as a small business under the criteria and size standards in 13 CFR part 121. A small business concern for the purposes of this procurement is generally defined as a business, including its affiliates, averaging no more than $24.5 million dollars in annual receipts. Annual receipts of a concern that has been in business for 3 or more complete fiscal years means the annual average gross revenue of the concern taken for the last 3 fiscal years. Annual receipts of a concern that has been in business for less than 3 complete fiscal years means its total receipts for the period it has been in business, divided by the number of weeks including fractions of a week that it has been in business, and multiplied by 52. Respondees are cautioned, however, that this is a general description only. Additional standards and conditions apply. Please refer to Federal Acquisition Regulation (FAR) Part 19 for additional detailed information on Small Business Size Standards. The FAR is available at https://www.acquisition.gov/browse/index/far. ***Please identify alternative NAICS if determined more appropriate and the size implications. 4.4 The Offeror�s facility security clearance eligibility. 4.5 Travel limitations/concerns 5.0 Industry Discussions Tesseract representatives may or may not choose to meet with potential offerors. Such discussions would only be intended to get further clarification of potential capability to meet the requirements, especially any development and certification risks. ***Virtual Industry Day is tentatively scheduled for week 4 Dec 2023. More information to be provided. �One on One Sessions will NOT be offered at this time. *** 6.0 Questions Questions regarding this announcement shall be submitted in writing by e-mail to the Contracting Officials identified above. Verbal questions will NOT be accepted. Questions will be answered by posting answers to SAM.gov; accordingly, questions shall NOT contain proprietary or classified information. The Government does not guarantee that questions received after 17 December 2023 will be answered. 7.0 Summary THIS IS A REQUEST FOR INFORMATION (RFI) ONLY to identify sources that can provide Theory of Constraints Implementation to Support Combat-Focused Logistics. The information provided in the RFI is subject to change and is not binding on the Government. The Air Force has not made a commitment to procure any of the items/services discussed, and release of this RFI should not be construed as such a commitment or as authorization to incur cost for which reimbursement would be required or sought. All submissions become Government property and will not be returned.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/844f848d83da421cb6210f928f873cf7/view)
 
Place of Performance
Address: DC 20330, USA
Zip Code: 20330
Country: USA
 
Record
SN06890872-F 20231122/231120230053 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.