SOURCES SOUGHT
R -- Supply Chain/Inventory Management for Bench Stock Items
- Notice Date
- 11/8/2007
- Notice Type
- Sources Sought
- NAICS
- 332722
— Bolt, Nut, Screw, Rivet, and Washer Manufacturing
- Contracting Office
- US Army C-E LCMC Acquisition Center - DAAB07, ATTN: AMSEL-AC, Building 1208, Fort Monmouth, NJ 07703-5008
- ZIP Code
- 07703-5008
- Solicitation Number
- W15P7T08RM201
- Response Due
- 11/23/2007
- Archive Date
- 1/22/2008
- Point of Contact
- annemarie vasconcelos, 732-532-2755
- E-Mail Address
-
Email your questions to US Army C-E LCMC Acquisition Center - DAAB07
(annemarie.vasconcelos@mail1.monmouth.army.mil)
- Small Business Set-Aside
- N/A
- Description
- The United States Army Communications-Electronics Command (CECOM) Logistics and Readiness Center, together with the CECOM Acquisition Center, Fort Monmouth, New Jersey are conducting Market Research in an effort to identify vendors who are capable to provide Integrated Prime Vendor (IPV) efforts, utilizing a Performance Based approach, of full supply chain management for Bench Stock services and supplies to support the following Army Depots: Tobyhanna Army Depot (Tobyhanna, PA), Letterkenny Army Depot (Chambersburg, PA), Anniston Army Depot (Anniston, AL), and Red River Army Depot (Texarkana, TX). The four locations together, will account for an estimated total of between 13,000 to 18,000 items and between 50,000 to 60,000 bins. Bench stock is defined as low-cost, high-usage, common-usage, consumable items used by maintenance personnel at an unpredictable rate. Bench stock includes items such as common hardware, consumable tool parts (such as cutting blades and drill bits), electric piece parts, bulk m aterials (such as tubing, sheet metal, and wire), resistors, transistors, capacitors, hose, ropes, webbing, thread, welding rods, sandpaper, gasket materiel, sheet metal, seals, oils, grease and repair kits. This contract will also include some additional items including some Hazardous Materials. See more at Army Regulation 750-1. The Industrial Product-Support Vendor (IPV) Program will require a contractor with an integrated information infrastructure and experience to perform in the following areas: receipt of orders, forecasting and planning, inventory management and control, qua lity control, establish long term arrangements with suppliers for stock replenishments, obsolescence management and information technology. Items covered are generally cataloged under, but are not limited to, the following Federal Supply Classes (FSCs): 53; 1005; 1010; 1015; 1025; 1240, 1260; 1270; 1420; 1430; 1440; 1650; 2510; 2520; 2530; 2540; 2590; 2805; 2815; 2840; 2910; 2915; 2920; 2930; 2940; 2990; 3010; 3020; 3030; 3040; 3110; 3120; 3130; 3439; 3455; 4010; 4020; 4030; 4130; 4140; 4310; 4330; 4710; 4720; 4730; 4820; 5110; 5120; 5130; 5133; 5136; 5305; 5306; 5307; 5310; 5315; 5320; 5325; 5330; 5331; 5340; 5342; 5355; 5360; 5365; 5410; 5420 ; 5640; 5805; 5810; 5840; 5850; 5855; 5895; 5905; 5910; 5915; 5920; 5925; 5930; 5935; 5940; 5945; 5950; 5955; 5960; 5961; 5962; 5965; 5970; 5975; 5977; 5980; 5985; 5990; 5995; 5996; 5998; 5999; 6060; 6105; 6130; 6135; 6140; 6145; 6150; 6160; 6210; 6220; 62 40; 6250; 6515; 6620; 6625; 6640; 6645; 6650; 6680; 6685; 6850; 7510; 7690; 8010; 8030; 8115; 8125; 9150; 9320; 9330; 9340; 9505; 9510; 9515; 9520; 9530; 9540; 9535; and 9905. Interested sources may identify, in writing, their interest and capability to respond to this requirement. The response should be a short introductory description (unclassified) outlining a viable approach that meets the above needs and must address abilit y to provide quality services and products, ability to rapidly respond to production and surge capacity, and the ability to make timely delivery and affordable prices. Interested parties possessing the qualifications outlined above are requested to provide an unclassified white paper describing at a minimum: Commercial solutions/distribution network, risk management experience and efficiencies, successful past performance for same or similar work, types of inventory usually carried, warranty policy (commerc ial & non-commercial), IT infrastructure relating to supply chain management, forecasting and demand analysis and experience with parts obsolescence. Written responses should be sent to U.S. Army CECOM Life Cycle Management Command, ATTN: Danny Holaway, Bldg 1208, LRC, HQ, Fort Monmouth, NJ 07703, or e-mail danny.holaway@us.army.mil. The deadline for response is 12 November 2007. Interested parties ar e responsible for adequately marking proprietary or competition sensitive information contained in their response. Re sponses to this RFI should be unclassified. All requests for further information must be via email; telephonic requests for additional information will not be honored. This is a sources sought announcement only. Solicitation number W15P7T-08-R-M201 has been assigned to this Market Research/Sources Sought and is used for tracking purposes only. There is no solicitation available at this time. This Market Research/Source s Sought is for planning purposes only and does not constitute a solicitation for bids/proposals. It is not to be construed as a commitment by the Government. All respondents are required to complete the Central Contractor Registration (CCR) process to be considered eligible for any potential Department of Defense contracts. CCR registration information can be obtained at http://www.ccr.gov/. The Government does not intend to pay for any information provided under this synopsis. *****The Government intends to hold an Industry Day regarding this effort. Please monitor the IBOP for further information. *******
- Place of Performance
- Address: US Army C-E LCMC Acquisition Center - DAAB07 ATTN: AMSEL-AC, Building 1208 Fort Monmouth NJ
- Zip Code: 07703-5008
- Country: US
- Zip Code: 07703-5008
- Record
- SN01449449-W 20071110/071108224358 (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 |