Strategic Initiative Group Support Contract U.S. Army Medical Logistics Command (AMLC)
ID: W81K0425R7065Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW40M USA HCAJBSA FT SAM HOUSTON, TX, 78234-5074, USA

NAICS

Administrative Management and General Management Consulting Services (541611)
Timeline
    Description

    The Department of Defense, specifically the U.S. Army Medical Logistics Command (AMLC), is seeking qualified contractors to provide strategic initiative group support through a Sources Sought notice. The procurement aims to enhance the capabilities of AMLC by securing expert project management, analyst, and logistician services for complex medical logistics systems, with a focus on three key initiatives: Medical Logistics, Congressional guidance implementation, and Lifecycle Management Command functionalities. This contract will span a 12-month base period with four additional option periods, emphasizing the importance of compliance with federal regulations and security protocols while maintaining a high fill rate for qualified personnel. Interested parties can contact Werner Martin at werner.b.martin.civ@health.mil or Arturo Castro at arturo.castro8.civ@health.mil for further details.

    Point(s) of Contact
    Files
    Title
    Posted
    This document outlines deliverables for a federal solicitation, detailing requirements for contractor management and oversight. Key deliverables include the Management Plan and Quality Control Plan, both to be submitted alongside the technical proposal and updated shortly after the contract's commencement. Further crucial documents are the Phase-In Plan, Employee Roster, and various reports detailing training compliance, progress, meeting facilitation, and implementation plans related to MEDLOG and business systems. The timeline for submissions varies, often requiring updates within specified days following contract award or on a monthly basis. The document emphasizes the need for adherence to government training requirements, background checks, and incident reporting protocols. These deliverables are essential for ensuring contractor performance and accountability throughout the contract duration, reflecting overarching goals of regulatory compliance and operational efficiency in government projects. The structure is clearly defined by numbered deliverables, timelines, and responsibilities indicating the role of the Contracting Officer's Representative (COR) and other government leads.
    This document outlines the performance requirement summary for a government contract, detailing specific obligations of the contractor regarding management, quality control, employee oversight, and compliance. Each performance standard includes submission timelines for various plans and reports, such as the Management Plan, Quality Control Plan, and Monthly Progress Reports, which must generally meet a 90-100% acceptable quality level (AQL). Key standards mandate that documents are free from grammatical errors and clearly articulated, with specific inspection methods defined for compliance evaluation. Additionally, protocols for handling lost or stolen government property and incidents of sexual harassment are emphasized, including immediate reporting requirements. The overarching aim is to ensure robust operational support, compliance with contractual obligations, and thorough monitoring via periodic inspections and customer feedback. This comprehensive summary establishes both expectations and accountability mechanisms within the contract, crucial for maintaining service quality and ensuring adherence to government standards.
    The government file outlines position descriptions for three key roles: Management Analyst, Logistician, and Project Management Specialist, each including educational requirements, general experience, and detailed duties. The Management Analyst role requires a BA/BS and 10 years of experience, focusing on improving procedures, analyzing data, and making management recommendations. The Logistician position also necessitates a BA/BS in a relevant field, with 10 years of military logistics experience or a professional certification. This role involves planning and executing logistics programs throughout the product lifecycle. Finally, the Project Management Specialist requires a BA/BS in a relevant field and 5-10 years of project management experience. Responsibilities include analyzing project schedules, managing budgets, and mitigating risks. This document serves as part of a federal RFP, detailing the qualifications and duties needed for personnel to enhance government operations and efficiency in various projects. The structured roles suggest a streamlined approach to fulfilling logistics and project management needs in alignment with federal and state contracting regulations. The thorough requirements indicate a commitment to finding qualified professionals to effectively support governmental initiatives.
    The Performance Work Statement (PWS) outlines the requirements for a contract supporting the Army Medical Logistics Command (AMLC) at Fort Detrick, MD. It details the need for a contractor to provide expert project management, analyst, and logistician services for complex medical logistics systems and processes. The contract spans a 12-month base period and includes four 12-month option periods, emphasizing support for three key initiatives: Medical Logistics (MiC), implementation of Congressional guidance, and Lifecycle Management Command functionalities. Contract personnel must operate on-site, with provisions for travel, and adhere to security protocols detailed in the document. The contractor is responsible for hiring qualified staff, maintaining a fill rate of 85%, and providing essential supplies while collaborating closely with government personnel. The PWS emphasizes compliance with federal regulations and security measures, including background checks and identification requirements. The objectives aim to enhance AMLC's capabilities in managing medical logistics amidst evolving operational demands, showcasing the commitment to effective supply chain management and legislative transformation in Army Medicine.
    Similar Opportunities
    DLA Hospital Supply TLS Sources Sought
    Buyer not available
    The Defense Logistics Agency (DLA) is conducting a market research survey to identify potential vendors for its Tailored Logistic Support (TLS) initiative, which focuses on acquiring hospital supply equipment and services for military and federally funded medical facilities. The initiative aims to enhance logistics support for medical professionals, requiring comprehensive supply chain capabilities, including shipping, inventory management, and transportation visibility. The anticipated contract, which may involve three to five Fixed Price Indefinite Quantity/Indefinite Delivery contracts with a cumulative maximum value of $400 million over five years, is set to last one year with four optional extensions. Interested vendors must submit a Capability Statement detailing their qualifications and capabilities, including email and Electronic Data Interchange (EDI) capabilities, by March 7, 2025. For further inquiries, vendors can contact Yasmeen Turner at yasmeen.turner@dla.mil or Zahkiyah Taylor at Zahkiyah.Taylor@dla.mil.
    Logistics Readiness Squadron Support 811111
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is seeking industry input for Logistics Readiness Squadron Capabilities (LRS-C) services, with the aim of establishing a Multiple Award Contract (MAC) Indefinite Delivery Indefinite Quantity (IDIQ) contract. This initiative is designed to enhance logistical support across various Air Force bases, covering essential services such as materiel management, traffic and vehicle management, fuels management, and transportation services, with a total performance period of up to six years. The procurement is critical for ensuring operational readiness and efficient logistics management across the Air Force's operational footprint. Interested vendors must submit their responses by March 3, 2025, to the designated contacts, Katelyn N. Timmermann and Lisa Pendragon, whose emails are katelyn.timmermann@us.af.mil and lisa.pendragon@us.af.mil, respectively.
    Logistics Readiness Squadron Capabilities
    Buyer not available
    The Department of Defense, through the Air Force Installation Contracting Command, is seeking industry insights for the Logistics Readiness Squadron Capabilities (LRS-C) services, aiming to establish a Multiple Award Contract (MAC) Indefinite Delivery Indefinite Quantity (IDIQ) for logistics support across all Air Force bases. The procurement focuses on comprehensive logistics services, including material management, traffic management, vehicle management, fuels management, and surge support, with a performance period potentially extending up to six years. This initiative is critical for enhancing the efficiency and effectiveness of logistics operations within the Air Force, ensuring robust support for military readiness. Interested vendors must submit their capabilities and past performance information by February 14, 2025, to the designated contacts, Katelyn N. Timmermann at katelyn.timmermann@us.af.mil or Lisa Pendragon at lisa.pendragon@us.af.mil.
    Logistics Readiness Squadron Capabilities 541614
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is seeking industry participants capable of providing Logistics Readiness Squadron Capabilities (LRS-C) services across multiple Air Force bases. The procurement aims to establish a Multiple Award Contract (MAC) Indefinite Delivery Indefinite Quantity (IDIQ) contract, which will encompass logistics management, traffic management, vehicle and fuel management, and transportation services, with a performance period estimated at five years, plus an option for an additional year. This initiative is crucial for ensuring effective logistical support and readiness for military operations both domestically and internationally. Interested vendors are encouraged to submit their capabilities and relevant information by March 3, 2025, to the designated contacts, Katelyn N. Timmermann at katelyn.timmermann@us.af.mil and Lisa Pendragon at lisa.pendragon@us.af.mil.
    Logistics Readiness Capabilities 493110
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide Logistics Readiness Squadron Capabilities (LRS-C) services across various military installations. The procurement aims to establish a strategic Multiple Award Contract (MAC) Indefinite Delivery Indefinite Quantity (IDIQ) to enhance logistics support, including services such as materiel management, traffic management, vehicle management, fuels management, and air transportation. This initiative is crucial for streamlining logistics operations and improving efficiency at Air Force bases, ensuring compliance with Department of Defense standards. Interested vendors must submit their responses by March 3, 2025, and can direct inquiries to Katelyn N. Timmermann at katelyn.timmermann@us.af.mil or Lisa Pendragon at lisa.pendragon@us.af.mil.
    REQUEST FOR INFORMATION (RFI) FOR MARKET RESEARCH FOR THE MEDICAL/SURGICAL PRIME VENDOR PROGRAM - DLA TROOP SUPPORT
    Buyer not available
    The Defense Logistics Agency (DLA) is conducting a Request for Information (RFI) to gather market research for the Medical Surgical Prime Vendor Program (Med/Surg PV), aimed at developing an acquisition strategy for a long-term, indefinite quantity contract. This initiative is critical for providing a comprehensive range of medical and surgical supplies to designated Medical Treatment Facilities (MTFs) through a single distribution channel, ensuring next-day delivery of both brand name and generic products. Interested vendors are invited to respond to the RFI by February 28, 2025, with submissions directed to Beatrice Lopez-Pollard, Contracting Officer, via mail or email at beatrice.lopez-pollard@dla.mil. The information collected will inform the contract formation process while safeguarding proprietary submissions.
    Reference Laboratory Testing Services for the Landstuhl Regional Medical Center (LRMC), Germany
    Buyer not available
    The Department of Defense, through the Department of the Army, is seeking qualified contractors to provide Reference Laboratory Testing Services for the Landstuhl Regional Medical Center (LRMC) in Germany. The procurement aims to ensure compliance with College of American Pathologists (CAP) standards while delivering a wide range of laboratory tests, including timely reporting of results within 72 hours of specimen receipt. This contract is crucial for maintaining high-quality healthcare services for U.S. military personnel and their families stationed in Europe. Interested parties should contact Henning Mayer-Goldstein at henningfalk.mayer-goldstein.ln@health.mil or Matthew R. Elden at matthew.r.elden.civ@health.mil for further details, with the contract period set from May 2025 to April 2026.
    DLA Research and Development; Acquisition Modernization Technology Research (AMTR) SP4701-23-B-0001
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA), is seeking proposals for the Acquisition Modernization Technology Research (AMTR) program under solicitation SP4701-23-B-0001. This initiative aims to modernize acquisition processes by assessing and improving procurement methodologies through research and development efforts, particularly focusing on IT modernization and advanced technologies that align with DLA's strategic objectives. The AMTR program is critical for enhancing logistics and supply chain management within the defense sector, ensuring that the DLA can meet evolving operational demands effectively. Interested vendors must submit their full cost and technical proposals by April 1, 2024, to be considered for an Indefinite Delivery, Indefinite Quantity (IDIQ) contract, with further details available from primary contact Sara Cepeda at Sara.Cepeda@dla.mil or by phone at 215-737-5498.
    Logistics Technology Research (LTR) Program
    Buyer not available
    The Defense Logistics Agency (DLA) is seeking proposals for the Logistics Technology Research (LTR) Program, aimed at enhancing logistics processes to support Department of Defense (DoD) weapon systems through innovative research and development. The program focuses on the application of emergent technologies and innovative business practices to improve capabilities in areas such as planning, procurement, and order fulfillment, particularly related to the management of weapon system parts in Supply Class IX. With a funding allocation of up to $7 million per year for five years for Short Term Projects (STPs), the program encourages participation from small and disadvantaged businesses and will initiate a 45-day period for the submission of White Papers, followed by invitations for full proposals from selected submitters. Interested parties can contact Emily Linico at emily.linico@dla.mil or 215-737-3748 for further information.
    Sources Sought Only: DLA Financial Management Support
    Buyer not available
    The Defense Logistics Agency (DLA) is seeking qualified vendors to provide financial management support services for its Operations and Maintenance (O&M) funded programs, including Contingency Logistics and procurement support for the Hydrofluorocarbon (HFC) program. The contractor will be responsible for generating and maintaining financial documents using the Enterprise Business System (EBS), collaborating with budget analysts, and ensuring compliance with financial management protocols. This opportunity is crucial for maintaining effective financial oversight and operational efficiency within DLA's various programs. Interested vendors should submit a capability statement, including company details and qualifications, to Tom Walsh at thomas.j.walsh@dla.mil, with submissions not exceeding five pages. The contract is anticipated to last 12 months with options for four one-year extensions, and the government will not incur costs related to vendor responses.