Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 24, 2012 FBO #3926
MODIFICATION

J -- The Warstopper Program seeks to establish partnerships that support prime or sub-tier suppliers of DLA or DoD contracts to ensure that the industrial base is prepared to respond to the Military Services’ increased demand for items designated as critical d

Notice Date
8/22/2012
 
Notice Type
Modification/Amendment
 
NAICS
333294 — Food Product Machinery Manufacturing
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, DLA Troop Support - Subsistence, 700 Robbins Avenue, Philadelphia, Pennsylvania, 19111-5096, United States
 
ZIP Code
19111-5096
 
Solicitation Number
Warstopper
 
Archive Date
11/8/2012
 
Point of Contact
Pete LaVerghetta, Phone: (215)737-7502
 
E-Mail Address
Peter.Laverghetta@dla.mil
(Peter.Laverghetta@dla.mil)
 
Small Business Set-Aside
N/A
 
Description
Defense Logistics Agency (DLA) Warstopper Program Request for Information (RFI) A. Contracting Office Address Defense Logistics Agency, Directorate of Subsistence, 700 Robbins Avenue, Bldg 6B151, Philadelphia, PA, 19111. B. General Information This is a Request for Information (RFI) only, as defined in FAR 15.201(e), to obtain information for planning purposes. All information received shall be safeguarded from unauthorized disclosure. Not responding to this RFI does not preclude participation in any future RFP or RFQ, if any is issued. If a solicitation is released, it will be synopsized on the Federal Business Opportunities (FedBizOpps) website. It is the responsibility of the potential offerors to monitor this site for additional information pertaining to this requirement. C. General Intent The Warstopper Program seeks to establish partnerships that support prime or sub-tier suppliers of DLA or DoD contracts to ensure that the industrial base is prepared to respond to the Military Services' increased demand for items designated as critical during times of mobilization, war, contingency and military or other operations. The Warstopper Program seeks this information for the purpose of structuring future competitive solicitations related to support for go-to-war items. D. Warstopper Program Information The Warstopper Program was created to preserve and/or expand the industrial base for critical go-to-war items that had insufficient peacetime demands to keep the known industrial base producers in operation. Funding from the Warstopper Program is now used to support efforts aimed at keeping a viable industrial base and ensuring that every effort is made to meet the Service's go-to war requirements with industrial preparedness measures. This is accomplished in conjunction with DLA's peacetime demands, inventory and any Service-owned prepositioned war reserve stock. Criteria were established to identify Warstopper items. The basic criteria are: 1. Mission Essential or Critical 2. Low peacetime demand but high wartime demand 3. Limited shelf-life 4. Long production leadtime 5. Cost effective alternative to War Reserve Inventory E. DLA Troop Support (DLA TS) Subsistence is seeking proposals from interested parties that will assist the Government in further developing and/or expanding the industrial base and/or that deal with eliminating supply chain constraints for critical go-to-war items. The following are examples of areas to be considered, but no limited to, when submitting a proposal: 1. Investments to improve surge production of critical items. This area may include modifications to current Government Furnished Equipment (GFE) and/or the purchase or lease of a piece of equipment. 2. Use of Vendor Managed Inventory (VMI) type concepts to reduce leadtimes of critical items and/or raw materials. Any proposal that includes the Government owning any material or finished inventory will not be considered. 3. Develop or expand the domestic industrial base for critical items or raw materials manufactured outside of the United States. 4. Modifications to existing critical items or raw materials to reduce leadtimes and/or shorten the manufacturing process of the items. Proposals should include analysis which clearly shows the advantages of adopting the proposal. This will include the cost benefit/savings or the return on investment (ROI) to the Government. F. Request for Clarification A responder may request clarification, in writing, from the Contracting Office for any requirement that is unclear, by sending e-mail to peter.laverghetta@dla.mil. Any requests for clarification must be received no later than seven (7) business days prior to the close of this RFI in order to receive a timely response. G. Submission of Documentation Responses to this RFI are due to the contracting office identified below by 3:00 PM Eastern Daylight Time, October 24, 2012. This RFI will be active for approximately 90 days from date of issue and will be closed by amendment. Existing commercial documentation and product literature may be submitted as part of your response. This RFI is not a request for competitive proposals; therefore, responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. Further, DLA Troop Support is not at this time seeking proposals and will not accept unsolicited proposals. Respondees are advised that DLA will not pay for any information or administrative costs incurred in response to this RFI; all cost associated with responding to this RFI will be solely at the interested party's expense. No telephone calls will be accepted requesting a bid package or solicitation. There is no bid package or solicitation at this time. Pete LaVerghetta Nick McGinty (215) 737-7502 (215) 737-4252 peter.laverghetta@dla.mil nicholas.mcginty@dla.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCP-H/Warstopper/listing.html)
 
Record
SN02850575-W 20120824/120823000939-c8cc2cf4dfe350cece94629a0ff8513d (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.