SOLICITATION NOTICE
16 -- WR-ALC and WW Hub & Blade - NSN Listing - Pre-Proposal Conference
- Notice Date
- 12/14/2012
- Notice Type
- Presolicitation
- NAICS
- 336413
— Other Aircraft Parts and Auxiliary Equipment Manufacturing
- Contracting Office
- Defense Logistics Agency, DLA Acquisition Locations, DLA Aviation - BSM, 8000 Jefferson Davis Highway, Richmond, Virginia, 23297-5000, United States
- ZIP Code
- 23297-5000
- Solicitation Number
- SPM4A213R0002
- Archive Date
- 3/2/2013
- Point of Contact
- Ingrid V Smith, Phone: 8042796302
- E-Mail Address
-
Ingrid.Smith@dla.mil
(Ingrid.Smith@dla.mil)
- Small Business Set-Aside
- Partial Small Business
- Description
- Map to Pre-Proposal Conference location at Warner Robins Pre-Proposal Conference Instructions and Information Identifies Unrestricted and Set-Aside NSN populations This WR-ALC and WW Hub & Blade requirement is for supply support with associated supply chain management of the Hub & Blade population, solicited via a partial small business set-aside for distinct populations of items between the unrestricted and set-aside portions. The solicitation specifies the contractors shall utilize its supply chain network to plan for, obtain and maintain sufficient inventory necessary to meet industrial customer demands at WR-ALC (via a "store front" facility provided as government furnished space), worldwide operational customers and Foreign Military Sales (FMS). The unrestricted portion contains 927 NSNs and the set-aside portion may contain up to 453 NSNs (NSN listing attached). The supply chain services to be performed by the contractors include: demand planning and forecasting, purchasing & supplier management, finance (i.e. contractor-owned inventory) and inventory management, quality control & quality system management, receipt, storage & warehousing, obsolescence management, packaging, transportation/transportation coordination, and customer service. Additionally, the Contractor will manage the aforementioned "store front" at WR-ALC with contractor-owned, pre-positioned inventory on government-furnished space to support the industrial customer performance requirements. The acquisition is an Indefinite Delivery Indefinite Quantity Firm-Fixed-Price type contract(s). The term will be a three-year base period with one, two-year option period. The total duration (base plus option period) shall not exceed five years. The Small Business size standard is 1,000 employees. Delivery timeframes will be provided in the solicitation. Unit of issue is primarily Each (EA), however, Feet (FT), Pair (PR) or Pounds (LB) are applicable. All responsible sources may submit a proposal which shall be considered by the Agency. Subject acquisition is a best value trade-off source selection. Non-price factors identified in the RFP, when combined, are approximately equal to price. The solicitation will be available at https://www.dibbs.bsm.dla.mil/RFP/ on its issue date on or around 31 Dec 12 and will close approximately 45 days thereafter. Hard copies will not be available. PRE-PROPOSAL CONFERENCE NOTICE See the attached notice regarding the Pre-Proposal Conference scheduled for 16 Jan 13 at Warner Robins Air Force Base. Any questions regarding the Conference may be submitted to the identified, primary POC.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCR-BSM/SPM4A213R0002/listing.html)
- Record
- SN02949691-W 20121216/121214234743-4a71e164f70ab4c0facbf02f4df732ea (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 |