SOURCES SOUGHT
28 -- F-Series PBL
- Notice Date
- 5/9/2007
- Notice Type
- Sources Sought
- NAICS
- 336412
— Aircraft Engine and Engine Parts Manufacturing
- Contracting Office
- Defense Logistics Agency, Logistics Operations, Defense Supply Center Richmond - BSM, 8000 Jefferson Davis Highway, Richmond, VA, 23297-5000, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- FSERIES
- Response Due
- 5/31/2007
- Archive Date
- 6/15/2007
- Description
- SOURCES SOUGHT - Request for Information The Defense Logistics Agency (DLA)/Defense Supply Center Richmond (DSCR) is exploring an initiative where DSCR intends to award a Performance-Based Logistics Contract to provide worldwide F-Series engine consumable and reparable parts support. These items consist of sole source, limited source, and competitive NSNs. The F-Series engine family includes the F101, F110, and F118 aircraft engines. Though the direct focus of this PBL contract is to improve maintenance support of F-Series engines at OC-ALC, the ultimate goal of this contract is to increase the worldwide level of readiness of Air Force F-Series engines, to include those maintained at intermediate and operational Air Force maintenance units. Sources are sought for a potential 10-year contract (five-year base with one five-year option period) that will provide for a third party contractor to have control over the various logistical support elements?from the multiple suppliers and producers, the production lines, inventory levels, and transportation resources to support the customer. The prospective provider will be responsible for forecasting, inventory sustainment, just in time inventory, kitting parts on contract, configuration management/reliability improvement, process improvements, obsolescence management, on-site maintenance support, and cost sharing through parts manufacturing approval process. The contract would cover worldwide, integrated supply chain management support for approximately 9,460 (9,281 DLA managed, 179 Air Force Managed) consumable and reparable parts identified to the F-Series engines. There is a possibility that additional NSNs could be covered after contract award. Items to be included in this effort may not be limited to those identified in this notice. The anticipated scope of services is: 1. Inventory Sustainment: The contractor is to ensure required assets are available to the warfighter on a timely basis and without interruption. 2. Backorders: Will ensure there are no backorders older than 30 days. 3. NMCS hours: Reduce average NMCS hours by 10% per year. 4. Collaborative Joint Forecasting: The contractor is to provide forecasting for all NSNs on the PBL contract in support of F-Series engines. 5. Just in Time Inventory: The contractor is required to meet delivery time frames established on each delivery order (i.e. CDD). 6. Inventory Reduction for DLA and Air Force managed items: The contractor will reduce the wholesale depot level inventory by 10% annually to agreed upon levels over an agreed upon period of time. 7. Kitting Parts on Contract at Delivery Point: The contractor is to provide parts needed as part of a kit at delivery point per customer requirements. 8. Process Improvements: The contractor is to evaluate the supply chain processes of DLA and the Air Force and recommend improvements. 9. Obsolescence Management : The contractor is to notify the government of items that are becoming obsolete and recommend replacements as well as verify items that the government has deemed to be obsolete and recommend alternatives if available. 10. On-Site Maintenance Support: The contractor is to provide on-site support to facilitate process improvements, forecasting, configuration management/reliability improvement and resolve critical needs and requirements. 11. Configuration Management/Reliability Improvement: The contractor is to identify and recommend replacement items, new or reconfigured items that will improve reliability and overall life cycle performance or safety of engine(s). 12. Cost Sharing thru Parts Manufacturing Approval Process: As the Air Force identifies items where costs savings can be achieved by procuring parts from commercial vendors under the PMA program; the contractor is to utilize these vendors as sources to the greatest extent possible. SUMMARY One of the elements to be gained from this sources sought is to gauge the industry for integrated supply chain management capability for consumable and reparable parts for F-Series engines and determine the socioeconomic status of the industry base for this type of initiative. All respondents are requested to provide the following information: 1) Indicate your business size status under the proposed NAICS code of 336412 (1,000 for manufacturers and 500 for non-manufacturers) and whether or not your company qualifies in any sub-category (i.e. 8(a), HUBZone, SDVOSB, WOSB). 2) Is this a requirement your company could satisfy? If so, how? 3) Identify company capabilities. 4) What capabilities does your company have to achieve desired outcomes as specified in the draft SOW? Offers should not be included. This initiative is still under consideration and currently in a market research phase. Please send your notice of interest and above requested information to Dolores O?Brien, Acquisition Specialist, e-mail Dolores.obrien@dla.mil no later than 31 May 2007. Note: DLA is willing to entertain alternatives for supporting these engine lines. Provide detailed explanation of your proposed alternative to Dolores O?Brien no later than 31 May 2007. A draft copy of the Statement of Work is available on the following web-site: www.dscr.dla.mil/UserWeb/FAGA/index.html . Check this web-site often for updates. DISCLAIMER: In accordance with FAR 15.201(c), responses to this sources sought are not offers and cannot be accepted by the Government to form a binding contract. This sources sought is for information and planning purposes only and does not constitute a solicitation. The Government does not intend to award a contract on the basis of this sources sought or to otherwise pay for information received in response to this notice. Any information received in response to this sources sought will not be returned. Information provided in response to this sources sought may be used to assess tradeoffs and alternatives available for determining how to proceed in the potential acquisition process. Responders are solely responsible for all expenses associated with responding to this notice.
- Record
- SN01290369-W 20070511/070509220325 (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 |