Theory of Contranints (ToC) Implementation to Support Combat-Focused Logistics
ID: FA7014-24-Q-0058Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA7014 AIR FORCE DISTRICT OF WASHINGTON PKANDREWS AFB, MD, 20762-6604, USA

NAICS

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

    The Department of Defense, specifically the Air Force District of Washington, is seeking contractors to implement the Theory of Constraints (ToC) methodology to enhance combat-focused logistics. The objective is to establish a standardized approach to applying ToC concepts across various logistics processes, facilitating workshops, data analysis, and organizational buy-in to improve operational efficiency. This initiative builds on previous successful ToC applications within the Air Force and aims to optimize logistics readiness and throughput. Interested parties must submit their capability statements by December 18, 2023, to the designated contacts, with the contract period running from February 28, 2024, to February 28, 2025, and a potential total award amount of $24 million.

    Point(s) of Contact
    Files
    Title
    Posted
    The HAF/A4L Tesseract team is seeking to implement the Theory of Constraints (ToC) methodology to enhance combat-focused logistics within the Air Force, through a structured contract for services that require classified security clearance. The initiative builds on successful ToC proofs-of-concept initiated in 2018, which have led to significant improvements in areas such as Aircraft Maintenance, Logistics Readiness, and Pilot Training Efficiency. The objective is to standardize ToC applications across various operations, with a focus on data-driven analysis for process improvement and increased throughput. Two Blanket Purchase Agreements will be established, each with a ceiling of $4.75M, initiating with a $250K buy for a 3-month ToC workshop event. Contractors are responsible for compliance with all travel and security clearance requirements, ensuring that personnel are properly vetted. The contract aims to establish methodologies and facilitate workshops aimed at obtaining consensus and defining roles, performance metrics, and processes to successfully implement ToC solutions. This effort underscores the Air Force's commitment to using ToC to streamline operations and logistics efficiency while simultaneously preparing for future combat readiness challenges.
    The document, currently unreadable due to a technical issue, appears to discuss aspects of federal government RFPs and grants, as well as state and local RFPs. The primary aim of such documents is often to solicit proposals for specific government projects or funding opportunities, outlining eligibility criteria, project scopes, timelines, and application processes. These RFPs are crucial for fostering transparency, encouraging competition, and ensuring that government funds are utilized effectively for public projects. It is imperative that potential applicants closely follow the instructions and guidelines provided in any RFP to ensure compliance and improve their chances of securing funding or contracts. Given the context, the document likely serves as a resource for entities looking to engage with government initiatives at various levels, emphasizing the importance of understanding procedures related to federal and local funding opportunities and requests for proposals.
    The document outlines the Air Force's Blanket Purchase Agreement (BPA) for Theory of Constraints (ToC) services, designed to enhance processes within the United States Air Force operations. This non-personal services contract encompasses tasks like establishing a standard ToC methodology, conducting workshops for leadership and process owners, analyzing existing processes for optimization, and fostering organizational buy-in. The guide details the procedures for awarding task orders, emphasizing the sequence of actions from request to the selection of contractors. The Acquiring Activity must submit their requests, which undergo approval and evaluation by AF/A4 and AFDW/PK, culminating in a proposal response from contractors with specified pricing and staffing plans. Expedited ordering procedures are also mentioned for urgent needs, shortening response times significantly. The evaluation of proposals focuses on understanding requirements and ensuring favorable pricing, ultimately aiming for a best-value approach. This agreement serves as a framework for efficient resource allocation to support the Air Force's operational goals through effective process management and improvement methodologies.
    The document outlines the pricing structure for labor categories as part of a federal request for proposals (RFP) related to the A1 JEEP project (FA7014-24-R-0020). Its primary purpose is to establish a ceiling pricelist for fully burdened labor rates, which must be proposed by Offerors for the entire five-year period. Each Offeror is required to include all anticipated labor categories and skill levels, ensuring that the pricelist reflects the rates applicable to subcontractors as well. The document emphasizes the necessity for compliance in pricing submissions, warning that any omissions could result in disqualification from the award process. It allows for proposed escalation rates to be determined based on the Offeror's budget year. Importantly, the Total Evaluated Price (TEP) will be calculated as the average of the proposed labor rates across the five years. Specific labor categories, along with their respective rates for each year, are provided. The format includes prefilled categories to guide Offerors in their pricing submissions. Overall, this document facilitates the procurement process, ensuring clarity and standardization in labor cost proposals.
    The document outlines the Request for Quote (RFQ #FA7014-24-Q-0058) for a Blanket Purchase Agreement (BPA) aimed at engaging a single Small Business for Administrative Management and General Management Consulting Services. The RFQ emphasizes a competitive source selection under Federal Acquisition Regulation (FAR) Part 8, with a focus on compliance, evaluation criteria, and submission formatting. Offerors are required to submit a comprehensive quote in electronic format, addressing administrative and evaluated folders. The quote must include a narrative summary, technical and management approaches, and detailed pricing documentation, while adhering to specified page limits. Key evaluation factors include technical capability, management plans, and cost-effectiveness, with a particular emphasis on providing clear proposals that demonstrate understanding of the requirements. The evaluation process involves a rigorous review for compliance and technical merit, utilizing a best value tradeoff strategy where technical capability may outweigh price considerations. Offerors must possess the necessary security clearances and will be evaluated based on their approach to staffing, management, and pricing completeness. Noncompliance with submission requirements could lead to ineligibility for award. The RFQ establishes a framework for the government to procure consulting services while ensuring small business participation and competitive pricing.
    The document outlines a solicitation for a contract targeting Women-Owned Small Businesses (WOSB) to provide commercial products and services under the requisition number FA701424Q0058. It details the scope and requirements for labor, travel, and other direct costs, with a total award amount of $24,000,000. The contract includes standard terms and conditions based on the Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS), emphasizing compliance with various regulations and clauses related to small business participation and protections for employees. The period of performance spans from September 29, 2024, to September 28, 2025, with options to extend services and terms up to 2029. The document specifies inspection and acceptance locations, payment instructions, and contract administration data that governs invoicing and compliance procedures. The aim is to ensure that the services provided align with government standards while promoting the inclusion of women-owned and economically disadvantaged businesses in federal contracts.
    Lifecycle
    Similar Opportunities
    HQ AFMC/A4N Logistics, IT, & Enterprise Architecture Support
    Active
    Dept Of Defense
    The Department of Defense, specifically the Headquarters Air Force Materiel Command (AFMC), is seeking sources for Logistics, IT, and Enterprise Architecture support at Wright Patterson AFB, Ohio. The procurement aims to enhance data management and enterprise architecture within the logistics domain, focusing on integrating IT functions to improve decision-making and operational agility in military operations. This initiative is critical for modernizing Air Force logistics processes and systems, particularly in the context of Great Power Competition. Interested parties must submit a capabilities package by October 26, 2024, demonstrating their expertise and compliance with small business requirements under NAICS code 541519. For further inquiries, contact Dominic McClung at dominic.mcclung@us.af.mil or Lauren Love-Edwards at lauren.love-edwards@us.af.mil.
    COMPOSABLE COLLABORATIVE PLANNING
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE AIR FORCE is seeking innovative research to develop a Composable Collaborative Planning system. This system aims to overcome the serial and time-intensive nature of existing planning techniques and enable parallel planning at the operational level. The research will focus on addressing the Force Flow planning problem for Operation Plan (OPLAN) development. The goal is to reduce overall planning time by rethinking how dependencies and conflicts are discovered, tracked, and managed. The research seeks to overcome the global complexity problem through the investigation of dependency and assumption tracking techniques and develop a composable and collaborative planning framework. The total funding for this project is approximately $24.5M, with individual awards ranging from $500,000 to $2,000,000 per Technical Area. Multiple awards are anticipated, and the type of instruments that may be awarded include procurement contracts, grants, cooperative agreements, or other transactions (OT) depending on the proposed work. For more information, contact Aaron McVay at aaron.mcvay.3@us.af.mil or Amber Buckley at amber.buckley@us.af.mil.
    C-5 Training Cargo Loads
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals from small business concerns for the design, production, and delivery of C-5 Training Cargo Loads under Solicitation FA3016-24-Q-5154. The primary objective is to create training cargo loads that replicate Aircraft Ground Equipment (AGE) commonly used in USAF operations, with delivery required at Joint Base San Antonio-Lackland, Texas. These training aids are crucial for enhancing loadmaster training and operational readiness within the Air Force. Interested vendors must submit their quotes by September 20, 2024, at 1:00 PM CST, and are encouraged to direct any inquiries to Thomas Farrell at thomas.farrell.5@us.af.mil. This procurement is a total small business set-aside, emphasizing the government's commitment to supporting small enterprises in federal contracting.
    Threat Systems Management Office Operational Test and Evaluation (TSMO)
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the Threat Systems Management Office Operational Test and Evaluation (TSMO) project. This procurement aims to engage services related to the operational testing and evaluation of defense systems, which are critical for ensuring the effectiveness and reliability of military capabilities. Interested vendors can find further details by logging into the Procurement Integrated Enterprise Environment (PIEE) and searching for solicitation number FA248724RB009. For inquiries, potential bidders may contact Stephanie Pella at stephanie.pella@us.af.mil or Melissa Hoover at melissa.hoover.1@us.af.mil, with the procurement process expected to unfold in the coming months.
    Denton Cargo Re-compete Contract
    Active
    Dept Of Defense
    The United States Transportation Command (USTRANSCOM) is seeking information from industry regarding the Denton Cargo Re-compete Contract, which aims to provide comprehensive technical support and resources for the movement of humanitarian cargo. The contract, scheduled to be effective on April 1, 2025, will require the contractor to manage logistics, coordinate interagency communication, and ensure compliance with regulatory requirements while utilizing the Defense Transportation System (DTS). This initiative is crucial for facilitating U.S. government operations in global disaster response scenarios. Interested parties must submit their capabilities and relevant experience by October 10, 2024, and can contact Nicholas A. Van Osdale or Zcheherah Macapinlac for further information.
    RAPIDx YETI LODCart
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the RAPIDx YETI Logistics Operational Device Cart (LODCart) through a Combined Synopsis/Solicitation. This procurement aims to develop a Logistics Operational Design Cart to enhance cargo unloading capabilities in agile combat environments, with a focus on a design that accommodates two 463L pallets and operates effectively in arctic and saltwater conditions. The project is critical for improving operational efficiency and safety during cargo handling, and it is set aside exclusively for Historically Underutilized Business (HUBZone) small businesses. Interested parties must submit their quotes by September 25, 2024, and can direct inquiries to Merina Cazares-Tate at merina.cazarestate.1@us.af.mil or SSgt Blia Yang at blia.yang@us.af.mil for further information.
    OUSD R&E Seeks Industry Collaboration to Close Critical Capability Gaps
    Active
    Dept Of Defense
    The Department of Defense (DoD) issues a Broad Agency Announcement (BAA) under the auspices of the Office of the Under Secretary of Defense for Research and Engineering (OUSD R&E). The goal is to accelerate the development and adoption of innovative technologies to address critical capability gaps in defense applications. This opportunity seeks to foster collaboration between the DoD and industry partners. The focus is on exchanging developmental capabilities and maturing technologies, specifically those falling within Technology Readiness Levels 3 through 7. The DoD aims to establish non-funded Information Exchange Agreements (IEAs) to facilitate the exchange of technical information. Additionally, Other Transaction (OT) agreements will be considered for research, prototyping, and potential follow-on production. The BAA encourages submissions from a diverse range of organizations, including large businesses, small disadvantaged businesses, and minority institutions. These submissions should address specific Capability Focus Areas (CFA) detailed in periodic amendments. The initial CFA seeks concepts and technologies for assured space operations and improved multi-domain collaborative autonomy. Interested parties should submit concise white papers or presentations outlining their concepts, technologies, or solutions. White papers should be limited to two pages, while presentations should not exceed four pages. Submissions will be evaluated based on their relevance, technical merit, and alignment with the DoD's objectives and mission. The BAA will remain open for one year, and amendments containing new CFAs will be posted with a 45-day deadline for submissions. Virtual Industry Day is scheduled for June 28, 2024, providing an opportunity for potential applicants to gain further clarification and insight. For general inquiries, contact the Washington Headquarters Services (WHS) RPAB through the provided email address. Technical questions should be directed to the designated Technical Point of Contact. Ensure that all submissions and inquiries reference the BOTA number HQ003424BOTA1.
    Logistics Technology Research (LTR) Program
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is soliciting proposals for the Logistics Technology Research (LTR) Program, aimed at advancing research and development in logistics technologies. This Broad Agency Announcement seeks innovative solutions that enhance national defense capabilities, focusing on experimental development and defense-related activities. The program is critical for improving logistics efficiency and effectiveness within the military framework. Interested parties must submit their proposals via email to the Contracting Officer by the revised closing date of 45 days from the issuance of this amendment, with inquiries directed to Emily Linico at emily.linico@dla.mil or by phone at 215-737-3748.
    MULTI-DOMAIN COMMAND & CONTROL EXECUTION MANAGEMENT & WORKFLOWS - FLYLEAF
    Active
    Dept Of Defense
    Presolicitation notice from the Department of Defense, Department of the Air Force, seeks innovative research for the creation of a capability within AFRL/RI to assess the maturity and operational applicability of various Multi-Domain Command & Control (MDC2) applications. The goal is to transition these applications to the infrastructure and architecture of future Air Force operations centers. The notice emphasizes the need for workflow representation and application methodologies to manage MDC2 workflows, including technologies and tools for tracking, monitoring, and execution management. The notice also highlights the need for a rigorous test case scenario, an online or linked capability to emulate real-world data sources and consumers, and a micro-service development and integration capability. The estimated funding for this opportunity is approximately $24.9M, with multiple awards anticipated. The type of instruments that may be awarded include procurement contracts, grants, cooperative agreements, or other transactions (OT) depending on the nature of the proposed work. Prospective offerors are encouraged to engage in dialogue with government representatives to resolve technical and contracting questions.
    Air Traffic Control Trailer
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the procurement of an Air Traffic Control Box Trailer, identified by solicitation number FA930224Q0105. The trailer must feature a heavy-duty walk-on roof, a standalone generator, and a climate control system, designed to meet specific requirements outlined in the attached Statement of Requirements. This procurement is crucial for providing durable transport solutions for equipment and materials, enhancing operational efficiency for air traffic control functions. Interested small businesses, particularly those classified as Women-Owned Small Businesses, must submit their quotes by September 20, 2024, at 3:00 PM PST, via email to the designated contacts, Karla Vazquez and Adam R. Confer.