Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 11, 2010 FBO #3060
SOURCES SOUGHT

31 -- 31-Bearings and Bushings

Notice Date
4/9/2010
 
Notice Type
Sources Sought
 
NAICS
332991 — Ball and Roller Bearing Manufacturing
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, Defense Supply Center Richmond - BSM, 8000 Jefferson Davis Highway, Richmond, Virginia, 23297-5000
 
ZIP Code
23297-5000
 
Solicitation Number
SPM4A510RBRNGS
 
Archive Date
6/1/2010
 
Point of Contact
Michael Brown, Phone: 804-279-6926
 
E-Mail Address
Michael.K.Brown@dla.mil
(Michael.K.Brown@dla.mil)
 
Small Business Set-Aside
N/A
 
Description
REQUEST FOR INFORMATION ANNOUNCEMENT Defense Logistics Agency Defense Supply Center Richmond PROGRAM OVERVIEW The Defense Supply Center Richmond (DSCR) is seeking information in an attempt to restructure support of our roller bearing/bushing acquisition and logistics mission through increasing Long Term Contracting Support. Presently, DSCR uses a multitude of sources, storage facilities, and delivery methods to satisfy its customers’ worldwide demand for roller bearing and bushing products. DSCR’s intention is to leverage the commercial industry’s best practices and implement a solution which assures readiness, safety, and efficiency. Ultimately, DSCR’s goal is to effectively reduce lead-times, reduce costs, and increase customer satisfaction. Scope of Project This initiative contains DSCR managed NSNs in Federal Stock Groups (FSGs) 3110/3120. •FSG 3110-Roller Bearings (Unmounted) •FSG 3120-Bushings •FSG 3130-Roller Bearings (Mounted) Anticipated Scope: -Delivery of items to DLA depots or directly to DLA’s customers in accordance with delivery terms. -Collaboration with DLA on projected and anticipated demands -Procurement/Purchasing-All actions related to acquisition planning, solicitation, evaluation, negotiations, contract award, contract administration, and contract management functions. Responsible for all subcontracts. -Data management-to include interoperability with industry and government systems. RFI Questions 1) Universe of items (13,987 NSNs within the three identified FSGs) A. How would you recommend the universe of items within these three FSGs be set up (i.e. when looking at these 3 FSGs, do you envision multiple contracts per FSG)? Should the FSGs be combined into one contract or should we solicit and award separate contract for each of the FSGs or some suggested combination of them? 2) Collaboration A. How would you recommend collaborating on anticipated demand to reduce ALT/PLT/Lead time in response to changes in demand? B. What is the optimum length of contract to reduce costs and improve availability? C. What is the maximum firm fixed price period length? Beyond the firm fixed price period what is best method of adjusting pricing, price redetermination or EPA? At what frequencies? D. What method would you utilize to manage low value, nonrecurring demand items? E. Can you support both DLA direct (DLA stocked) support and Customer Direct (DLA direct customer) requirements? 3)Packaging/Marking Requirements A) Do you repackage items as a part of your supplier function? B. Are you familiar with and can you comply with military packaging requirement for both roller bearings and bushings? (Some roller bearings require clean room packaging-Mil Detail 197) C. Are you familiar with and can you comply with military product marking requirements? 4) Data Management A. What type of data systems do you currently utilize and do you see any concerns with integrating your IT systems with other industry partners and Government agencies? B. Can you process electronic transmissions? 5) Sources of Supply A. What type of Roller Bearing/Bushing products do you regularly supply? Are all FSGs identified aligned with your product mix? If not, is the list broader or narrower than the items you support? B. Please identify whether your company is a manufacturer, non-manufacturer, or other? C. What percentage of your product line is manufactured by your company? D. DLA is required to purchase roller bearings as a domestic product. If just one component of a bearing assembly is manufactured outside the U.S. or Canada, the entire assembly is considered to be a foreign bearing. What method would you use to actively identify and notify DLA of items that change from domestic to foreign and back? E. What method would you utilize to reduce the number of foreign bearings and to increase the purchase of domestic bearings? F. How do you recommend managing Critical Safety Items/First Article Testing items/Product Verification Testing items/Production Lot Testing items in a Long Term Agreement? 6) Small Business Classification A. Indicate if your company is a small business. The NAICS codes and business sizes for this initiative are: 332991-750 employees B. Does your company qualify for a small business sub-category? (i.e. 8A, HubZone, Service Disabled Veteran Owned Small Business, Women Owned Small Business) C. If your company is considered a small business under the proposed NAICS codes, do you foresee any impediments in support of this initiative due to business size? 7) General Business Information A. Do you think this type of effort could best be supported under an integrator and/or logistics initiative? B. Do you see any foreseeable constraints within current manufacturing capabilities? C. What do you envision as the major risk areas of this effort and how would you mitigate them? D. To the extent applicable, how can we leverage the commercial market most efficiently? E. Please provide any additional information you believe is relevant to this initiative. SUMMARY Please send your responses to the RFI questions to the following POC by 17 MAY 2010: Michael Brown, Project Officer, email: Michael.k.Brown@dla.mil It is your responsibility to look at the following website for updates on this initiative and the complete listing of NSNs covered by this initiative: http://www.dscr.dla.mil/UserWeb/FAGA/index.html, Select ‘Business Opportunities’ then ‘Procurement Information’ then ‘Corporate Contract / Special Acquisition Opportunity’ then ‘Bearings Initiative.’ DISCLAIMER In accordance with FAR 15.201(e), responses to this RFI are not offers and cannot be accepted by the Government to form a binding contract. This RFI is issued 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 RFI or to otherwise pay for information received in response to this RFI. All information received in response to this RFI that is marked proprietary will be handled accordingly. Responses to the RFI will not be returned. Information provided in response to this RFI will be used to assess tradeoffs and alternatives available for determining how to proceed in the acquisition process. Responders are solely responsible for all expenses associated with responding to this RFI. Primary Point of Contact: Michael Brown Project Officer, Strategic Sourcing Specialist
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCR-BSM/SPM4A510RBRNGS/listing.html)
 
Record
SN02117787-W 20100411/100409234812-6fce87fb318fb4845ffc984c33c8fd3e (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 |
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.