SOURCES SOUGHT
15 -- F-15 PDM and Global Support (Inc 1)
- Notice Date
- 1/31/2022 6:16:03 AM
- 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
- SPRPA122R005U
- Response Due
- 2/15/2022 3:00:00 PM
- Point of Contact
- Donna Mayer, Phone: 2157373694
- E-Mail Address
-
donna.mayer@dla.mil
(donna.mayer@dla.mil)
- Description
- This notification is for market research purposes only to identify if other�potential sources of supply can meet the Department of Defense�performance based requirements for providing F-15 Depot�support for a market basket of sole source & competitive consumable�parts.�This is not a request for proposals, quotes or an invitation for bid. The�Defense Logistics Agency (DLA) seeks information that will be used to�determine if any source other than the Original Equipment Manufacturer�(OEM), Boeing (Primary CAGE # 76301 & other Boeing�CAGEs), exists to designate this effort as a competitive acquisition. The�proposed North American Industry Classification Systems (NAICS) code�is 336413 (Other Aircraft Parts & Auxiliary Equipment Manufacturing).�The Government will use this information to determine the best�acquisition strategy for this procurement. The Government is interested�in all large and 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. This notice is for information and planning purposes only and does not�constitute an RFP or commitment by the Government. DLA Aviation in�Philadelphia, PA will be the contracting activity for this requirement.�DLA has identified a requirement for performance based consumable�material support pertaining to the attached list of NSNs.�Responses to this Source Sought will be used to determine which items�can be procured on a long term contract (LTC). DLA Aviation intends to�award a subsumable contract to Boeing under its existing�Captains of Industry (COI) LTC for F-15 material support for the�consumable items identified in the attached file. �Respondents able�and interested in supporting the project�s NSNs are asked to provide a�response to Contracting Officer Donna Mayer, Donna.Mayer@dla.mil�and Project Manager, Gerard Mosely, Gerard.Mosely.ctr@dla.mil by the response date of this�announcement. DLA Aviation anticipates awarding a contract with Boeing to execute a�comprehensive and holistic performance based supply chain�management program under which the contractor will be required to�provide consumables for F-15 depot overhaul activities as�well as worldwide consumable support. For direct material support, the contractor will be required to provide�supply chain performance, based on metrics for material availability,�order response time, and aged backorders. Due�to the age of F-15 aircraft, drawings may no longer be up-to-date;�tooling may no longer be available or un-useable; materials may be�obsolete and the vendor base may have diminished since the parts were�last purchased. The contractor will be required to mitigate these�challenges. Performance based support will include but is not limited to: (1) demand�forecasting, (2) inventory management, (3) warehousing; (4) supply�chain engineering support, (5) material support and availability, (6)�process improvements, (7) diminishing or obsolete part mitigation, and�(8) field service representatives.�Any entity interested in providing some of the required products but�cannot provide the required performance based outcome may have an�opportunity to partner with the prime contractor, Boeing, or participate�as a subcontractor. Please provide any anticipated teaming�arrangements, along with a description of similar material support offered�to the Government and/or to commercial customers over 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. Responses to this Sources Sought should include: a) A one page company profile to include company name, address, point�of contact (including name and title, telephone number and email�address), web page URL (if available), Small Business Administration�(SBA) business size classification (i.e. large, small, small disadvantaged,�service disabled, veteran owned, HUB Zone, etc.), number of�employees, CAGE Code, DUNS number, NAICS Code, major products,�primary customer base, statement on whether your interest in this�sources sought is for the purpose of becoming the prime offeror or to�inquire about subcontracting possibilities, and technical points of contact�who are able to discuss the materials submitted. b) A description of your company's past experience and performance�providing performance based material support to primary and component�level parts, including whether any of the contracts have CPARs ratings.�Specify whether you are qualified to manufacture any of the components�listed in this announcement or similar systems/components. This�description shall address and demonstrate prior and current experience�consumable item support. c) What quality control measures do you currently have in place (ISO�9000, 9001, AS9100, NADCAP (National Aerospace and Defense�Contractors Accreditation Program)? d) Describe your experience with Government Source Inspection, Critical�Safety Items, and other OSHA standards. e) A summary of your company's capability and approach to satisfying�the performance based material support requirements for the attached�NIINs. Please also elaborate on your firm�s manufacturing/supplier�relationship with Boeing and your company�s ability to acquire�Boeing proprietary technical data and drawings. f) Any other information your company deems necessary to aid the�Government in refining its acquisition strategy and assessing your�company's capability.� For your response to be considered, please submit a detailed technical�response in order for the Government to conduct a comprehensive�evaluation of your capabilities and products to ensure compatibility with�the Government�s requirement. In accordance with FAR 15.201(e), a�response to this notice is not an offer and cannot be accepted by the�Government to form a binding contract. The responder is solely�responsible for the information it submits and any associated costs. The�Government reserves the right to disregard any submittal that is�incomplete or that is vague. Please do not submit your company�brochures. Disclaimer THE GOVERNMENT DOES NOT INTEND TO AWARD A CONTRACT�ON THE BASIS OF THIS SOURCES SOUGHT OR TO OTHERWISE�PAY FOR THE INFORMATION SOLICITED. This sources sought is�issued for information and planning purposes only and does not�constitute a solicitation. All information received in response to this�sources sought that is marked Proprietary or competition sensitive will be�handled accordingly. Responses to the sources sought 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 sources sought. Responders are�solely responsible for all expenses associated with responding to this�sources sought.�Interested sources may contact DLA Aviation Contracting Officer listed above for further information.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/ea97f13c91314410aabf9b7008808d64/view)
- Place of Performance
- Address: Philadelphia, PA 19111, USA
- Zip Code: 19111
- Country: USA
- Zip Code: 19111
- Record
- SN06229125-F 20220202/220131230111 (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 |