Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 06, 2021 SAM #7066
SOURCES SOUGHT

16 -- Performance Based Support

Notice Date
4/4/2021 6:02:24 PM
 
Notice Type
Sources Sought
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
DLA AVIATION AT PHILADELPHIA, PA PHILADELPHIA PA 19111-5098 USA
 
ZIP Code
19111-5098
 
Solicitation Number
SPRPA1-21-R-002E
 
Response Due
4/24/2021 1:30:00 PM
 
Archive Date
05/09/2021
 
Point of Contact
Celia Finley
 
E-Mail Address
Celia.Finley@dla.mil
(Celia.Finley@dla.mil)
 
Description
The purpose of this Source Sought Notice is to conduct market research to determine if responsible sources exist, to assist in determining if this effort can be competitive and/or a Small Business Set-Aside. This notice is for information and planning purposes only and does not constitute a Request for Proposal (RFP) or commitment by the Government. The proposed North American Industry Classification Systems (NAICS) Code is 336413, which has a corresponding Small Business size standard of 1250 employees. The Defense Logistics Agency (DLA) Aviation Philadelphia is looking for responsible sources to execute a Performance Based Logistics (PBL) contract in support of Depot Level Repairables (DLR) for support of A-10 Auxiliary Power Units (APU), B-1 APU, B-2 APU, E-3 APU, F-15 components, F-16 TPU, C-130 APUs and Ground Start Carts. All of the supplies will be provided under a Performance Based Logistics construct with availability and reliability metrics used to gauge contractor performance. The effort will also include necessary support of Foreign Military Sales (FMS) customers. The Government requires strategies that would include partnering with Government entities such as Organic Depots for repair and/or parts support. The contractor will be required to deliver their supplies to Government wholesale and retail supply points, both CONUS and OCONUS, within specified timeframes at contractor expense. PBL contract logistics functions generally include: repair and/or replacement of the covered items, inventory management, warehousing, configuration management, obsolescence management, sustaining engineering and maintaining reliability. The maximum period of performance for this effort will not exceed ten (10) years. Performance will include a base period (from 2 to 5 years) with one or more option periods. It will include option provision 52.217-5 Evaluation of Options. Honeywell International Inc is the original equipment manufacturer (OEM) of these items with design control, authorization, and documentation to manufacture. Honeywell owns the data rights to these items. The Government does not have the drawings or complete data packages. Some technical repair manuals and usage data might be available by request. There are approximately 292 DLR items in 25 Federal Supply Codes (FSC) to be covered by this effort, with flexibility/processes to add more items as requirements dictate. 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 PBL outcome will be afforded an opportunity to partner with the prime contractor. Any responses to this PSS should include responses to the following: 1. Describe your experience executing Performance Based Logistics programs. 2. Are you qualified to manufacture any of the components listed in this announcement? If so, by whom are you qualified and for what components? 3. What is your experience repairing 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 System for Award Management (SAM), and the Wide Area Workflow (WAWF)? 12. Do you possess all the necessary technical data to perform for this Performance Based Logistics contract? 13. Describe your experience in partnering with Government repair depots. 14. 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. The Government will not be responsible for any costs incurred in response to this notice. This PSS is issued for information and planning purposes only and does not constitute a solicitation. Although this notice is not a request for competitive proposals, sources may express their interest and provide a capability statement. 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. A determination to not compete this effort will be exclusively within the discretion of the Government. Source approval may be required. DLA Aviation Philadelphia will not delay award while source approval is pending. The time required for approval of a new source is normally such that an award cannot be delayed pending approval of a new source.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/ddcdbb67a269459fa7d1967dd4454c09/view)
 
Record
SN05961894-F 20210406/210404230101 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.