SOLICITATION NOTICE
16 -- Enterprise Performance Based Logistics Contract
- Notice Date
- 5/10/2012
- Notice Type
- Presolicitation
- NAICS
- 336411
— Aircraft Manufacturing
- Contracting Office
- SPRPA1 DLA Philadelphia DLR Procurement Ops DSCR-ZC DLR Procurement Ops DSCR-ZC 700 Robbins Avenue Philadelphia, PA
- ZIP Code
- 00000
- Solicitation Number
- SPRPA112R006Y
- Response Due
- 5/31/2012
- Archive Date
- 6/1/2012
- Point of Contact
- Lee Wagman 215-697-0316
- Small Business Set-Aside
- N/A
- Description
- As authorized by the Joint Logistics Board, The Defense Logistics Agency Philadelphia Aviation intends to issue a solicitation to place a new Enterprise Performance Based Logistics contract. Under the proposed contract, the contractor will procure, stock, repair, modify and/or replace, store and ship serviceable Ready-For-Issue (RFI) equipment directly to the end user within guaranteed delivery time frames The PBL contract will require an integrated product life cycle approach. The purpose of this PBL contract is to drive efficiencies and cost savings to the Department of Defense. The PBL will provide support for aircraft engines and jet turbine auxiliary power units. Also included are aircraft accessory drives, wheels, brakes, main fuel controls, other assorted environmental controls, valves and avionics components. The items support the A-10, B-1, E-3, H-60, F-15, C-5, F/A-18, F-16, V-22, P-3, C-2, C-130, CH-47, MQ-9, P-8A, KC-767, aircraft and aviation ground power units and the M1 Abrams Tank from Honeywell, Inc (Cage 02LU7) of Tempe, Arizona. The PBL contract may require both reliability sustainment and reliability improvements. Honeywell will be required to independently meet system demand metrics or flying hour metrics through repair and replacement, guaranteed availability, reliability and inventory management. The contractor will also manage technical configurations changes and obsolescence issues. The contractor will be required to partner with various organic activities for repair and/or parts support. Honeywell will renew and/or execute new Commercial Services Agreements with various organic activities. Consumables used in support of depot repair will be within the scope of this program. The PBL may also include piece parts needed in support of the O and I level repairs. Honeywell will be required to review inventories and use government owned repair parts before procuring the same parts under the resultant PBL. The maximum period of performance for this effort will not exceed ten (10) years. Justification for Sole Source Acquisition: the statutory authority applicable to permit other than full and open competition is 10 U.S.C. 2304 ©(1), as implemented by FAR 6.302-1(a)(2)(ii) and (iii) with only one responsible source and no other supplies and services will satisfy the services requirements. Only Honeywell has the engineering expertise and technical data necessary to perform essential PBL tasks such as repair, resolution of obsolescence issues, sustainment of reliability and management configuration of the Critical Safety Item/Critical Application Item WRAs/SRAs/Consumables covered by the contemplated PBL. The items that will be included in this contract are currently procured under various contracts with the USAF, USA and USN, and DLA. The contract will also include necessary support of Foreign Military Sales (FMS) customers. The anticipated Requirements Type Contract will be strategic in nature and will be the primary vehicle for procurement of a wide range of supplies from Honeywell, Inc. Various government approved operational sites will be supported by this effort. The contractor will be required to deliver their supplies to Government wholesale and retail supply points both CONUS and OCONUS within restrictive time windows and at their expense. Subcontracting Opportunities: Aggressive subcontracting requirements will be implemented. All businesses interested in subcontracting opportunities should contact Honeywell. This requirement will be negotiated with Honeywell, Inc on a sole source basis. Honeywell is the only source possessing the full range of technical data, some of which is proprietary, and other capabilities necessary to perform this effort. Further, Honeywell is considered the only source capable of providing the whole range of integrated program support that is required. Release of the Request for Proposal (RFP) is anticipated on or about XX July 2012. An initial population of up to 350 items has been identified, including the following representative items by aircraft program: A-10: Nomenclature GTCP36-50 APU, NSN 2835-01-522-3858 B-1: Nomenclature 165-9A APU, NSN 013432535 E-3: Nomenclature 165-1B APU, NSN 013429918 H-60: Nomenclature 36-150BH APU, NSN 2835-01-373-4275 F-15: Nomenclature Jet Fuel Starter, NSN 2835-01-459-5972 C-5: Nomenclature GTCP165-1A APU, NSN 013429919 F/A-18: Nomenclature 36-200 APU, NSN 013478038 F-16: Nomenclature TPU, NSN 2835-01-263-9440 V-22: Nomenclature Shaft Driven Compressor, NSN 014873403 P-3: Nomenclature Engine Driven Compressor, NSN 012960634 C-130: Nomenclature, Engine, Gas Turbine, NSN 2835-01-438-5698 AGPU: Nomenclature, 36-30 APU, NSN 2835-01-180-0452 CH-47: Nomenclature MQ-9: Nomenclature Contracting Office Address: SPRPA1- DLA AVIATION, PHILADELPHIA PA, 700 Robins Avenue Philadelphia, PA 19111 Point of Contact(s): IMA Contracting, Lee.Wagman@DLA.MIL, Buyer Code - APAE.12
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00383/SPRPA112R006Y/listing.html)
- Record
- SN02744644-W 20120512/120510235339-212928457f08f558d0be447f47c7629f (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 |