DOCUMENT
16 -- Sources Sought for possible Performance Based Support Contract - Attachment
- Notice Date
- 6/24/2013
- Notice Type
- Attachment
- NAICS
- 336413
— Other Aircraft Parts and Auxiliary Equipment Manufacturing
- Contracting Office
- SPRPA1 DEFENSE LOGISTICS AGENCY, DLA Aviation at Philadelphia, 700 Robins Avenue, Philadelphia, PA
- Solicitation Number
- SPRPA113R003U
- Response Due
- 7/24/2013
- Archive Date
- 8/8/2013
- Point of Contact
- David Gioia
- E-Mail Address
-
iation
- Small Business Set-Aside
- N/A
- Description
- The purpose of this Sources sought is to conduct market research to determine if responsible sources exist to assist in determining if this effort can be competitive and/or a total Small Business Set-Aside. The proposed North American Industry Classification Systems (NAICS) code is 336413 which has a corresponding size standard of 1000 employees. The Government will use this information to determine the best acquisition strategy for this procurement. The Government is interested in all small businesses to include 8(a), Service-Disabled Veteran-Owned, Hubzone, and Women-Owned small business concerns. The government requests that interested parties respond to this notice if applicable and identify your small business status to the identified NAICS code. Additionally, please provide any anticipated teaming arrangements, along with a description of similar services offered to the Government and to commercial customers for the past three years. Any responses involving teaming arrangements should delineate between the work that will be accomplished by the prime and the work accomplished by the teaming partners. This notice is for information and planning purposes only and does not constitute an RFP or commitment by the Government. DLA Aviation at Philadelphia anticipates possible award of a contract to execute a Performance Based program in support of various supplies consisting of consumable NSNs for support of the AV-8B, AH-64, CH-46, CH-47, F/A-18, F-15, KC-135, B-2, B-52, B-1 and E-3. Depot Level Repairable (DLR) NSNs are anticipated to be added at a later phase in the program. All of the supplies will be provided under a performance based construct with availability metrics used to gauge contractor performance. Other metrics may be included. The contractor will be paid based on the aggregate demands or other appropriate measurements of usage of the specific weapon systems. The items that will be included in this contract are currently procured under various contracts with the DLA, USAF, USA and USN. The contract will also include necessary support of Foreign Military Sales (FMS) customers. The anticipated Contract will be strategic in nature and will be the primary vehicle for procurement of a wide range of supplies. 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 specified time windows and at contractor expense. Performance will include a five year base period with one five year option to extend the contract for a total performance period of ten years. The Boeing Company is the original equipment manufacturer (OEM) of these items with design control, authorization, and documentation to manufacture. Boeing owns the limited data rights to these items. The Government does not have the drawings or complete data packages. However, some demand data is available by request. Under a Performance Based contract, a Contractor will carry out logistics functions for the specified items while meeting daily Services demand requirements (i.e., filling various Services requisitions) within a specified response time to CONUS and OCONUS destinations. DLA requires strategies that would include partnering with Government entities such as Organic Depots. Performance Based functions generally include: demand forecasting, inventory management, warehousing, configuration management, obsolescence management, training, and sustaining engineering/ maintaining reliability. There are approximately 15,971 consumable items to be covered by this contract with approximately 4,600 to be maintained under Performance Based criteria, with flexibility/processes to add more items including DLRs as requirements dictate. Items not covered by the Performance Based metric will be handled as stock items at full lead times The contract will be constructed to allow for the addition of Consumable Parts and Depot Level Repairables (DLRs) to the initial population post-award. An initial consumable population of up to 15,971 items has been identified. A full list of NIINs and the respective FSCs is attached. Any entity interested in providing some of the required products but cannot provide the required Performance Based outcome will be afforded an opportunity to partner with potential prime contractors. Any responses to this PSS should include responses to the following: 1. Describe your experience executing performance based programs. 2. Are you qualified to manufacture any of the components listed in this announcement? Then if so, by whom are you qualified and for what components? 3. What is your experience manufacturing any of the components listed? 4. Is your interest in this effort as a prime or sub-contractor? 5. Describe your facilities, transportation, manufacturing, and manpower capabilities and capacity and inventory management. 6. How much transition time would your company require to perform on this contract? This would include capabilities to perform under this contract. 7. What quality control measures do you currently have in place (ISO 9000, 9001, AS9100, NADCAP (National Aerospace and Defense Contractors Accreditation Program)? 8. Describe your experience with Government Source Inspection, Critical Safety Items, and other OSHA standards. 9. How many employees are in your company? 10. What is your company annual revenue? 11. Are you currently registered in the Central Contractor Registry (CCR), Online Representations and Certifications Application (ORCA), and the Wide Area Workflow (WAWF)? 12. What suggestions, if any, do you have for this Performance Based contract (including evaluation criteria, CLIN structure, contract structure, or other topics)? 13. Do you possess all the necessary technical data to perform for this Performance Based contract? 14. Describe your experience in partnering with Government depots. 15. Do you have electronic interface capability with military inventory control points? Disclaimer THE GOVERNMENT DOES NOT INTEND TO AWARD A CONTRACT ON THE BASIS OF THIS PSS OR TO OTHERWISE PAY FOR THE INFORMATION SOLICITED. This PSS is issued for information and planning purposes only and does not constitute a solicitation. All information received in response to this PSS that is marked Proprietary or competition sensitive will be handled accordingly. Responses to the PSS will not be returned. The responses to this notice are not an offer and cannot be accepted by the Government to form a binding contract. The Government reserves the right to reject, in whole or in part, any contractor ™s input resulting from this PSS. Responders are solely responsible for all expenses associated with responding to this PSS. FOR OFFICIAL USE ONLY (FOUO): This electronic message and its attachment(s) contain restricted, sensitive, and non-public information, including acquisition/source selection information. The information is not intended for disclosure outside official government channels and is exempt from release under the Freedom of Information Act, 5 U.S.C. 552(b)(2) and (4). Further distribution is prohibited without the approval of the author of this message. If you have received this message in error, please notify the sender and delete all copies of this message. Additional guidance for contractors: This email does NOT create or modify any contractual obligation on the part of the Government. This e-mail is NOT authority to proceed or incur any costs. Interested sources should contact DLA Aviation by July 25, 2013 for further information. Inquiries should be directed to the Contracting Officer, David Gioia, DLA Aviation “ APE.03, 700 Robbins Ave., Philadelphia, PA 19111.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00383/SPRPA113R003U/listing.html)
- Document(s)
- Attachment
- File Name: SPRPA113R003U_Boeing_Active_Consumable_NIINs_and_FSCs.xls (https://www.neco.navy.mil/synopsis_file/SPRPA113R003U_Boeing_Active_Consumable_NIINs_and_FSCs.xls)
- Link: https://www.neco.navy.mil/synopsis_file/SPRPA113R003U_Boeing_Active_Consumable_NIINs_and_FSCs.xls
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: SPRPA113R003U_Boeing_Active_Consumable_NIINs_and_FSCs.xls (https://www.neco.navy.mil/synopsis_file/SPRPA113R003U_Boeing_Active_Consumable_NIINs_and_FSCs.xls)
- Place of Performance
- Address: DLA Aviation at Philadelphia, Philadelphia, PA
- Zip Code: 19111
- Zip Code: 19111
- Record
- SN03097717-W 20130626/130624234433-cf668f81d08b11f54fa9381ca72704a1 (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 |