Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 08, 2023 SAM #7771
SOLICITATION NOTICE

B -- 1 Contractor Service Representative (CSR) to provide 3 years of onsite Integrated Supply Chain Management Support to the NAVSUP-WSS Philadelphia, PA F/A-18 Integrated Weapon Systems Team (IWST)

Notice Date
3/6/2023 2:20:02 PM
 
Notice Type
Presolicitation
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
NAVSUP WEAPON SYSTEMS SUPPORT PHILADELPHIA PA 19111-5098 USA
 
ZIP Code
19111-5098
 
Solicitation Number
N0038323Q007T
 
Response Due
3/17/2023 11:00:00 AM
 
Archive Date
03/31/2023
 
Point of Contact
Telephone: 2156970288, Phone: 2156970288
 
E-Mail Address
mackenzie.cannataro@navy.mil
(mackenzie.cannataro@navy.mil)
 
Description
This is the synopsis to incorporate pricing into BOA N00383-22-G-YY01 for 3 years of onsite Integrated Supply Chain Management Support to the NAVSUP WSS Philadelphia, PA F/A-18 Integrated Weapon Systems Team (IWST) Division to maintain and sustain F/A-18-A/F and E/A-18-G mandated mission capability goals. Contractor shall provide logistics and technical expertise to the F/A-18 programs and act as an interface between the prime contractor/manufacturers and the logistics support elements of NAVSUP WSS, NAWC and NAVAIR/FST to include technical research, problem resolution, and requirements analysis and development strategies to determine best support alternatives. The contractor shall analyze and monitor Integrated Supply Chain Management data, developing trends contributing toward maintaining and sustaining mandated fleet readiness goals. Results of the analysis will provide customer Integrated Supply Chain Management on areas including but notlimited to: -Analysis of Non-Mission Capable (NMC) aircraft requirements -Unfilled Customer Orders for Navy and DLA managed components/parts -Monitor technical issues for logistical impact -Coordinate NAVSUP WSS Program Support Interest Issues -Validation of provisioning data to ensure NAVSUP WSS database integrity -Monitor fleet readiness Degraders -Provide Line of Balance Worksheets -Respond to fleet issues -Assist Supply Planners in assessing current and future spare/repair requirements through analysis of stock balance, past consumption rates, reliability and maintainability information -Monitor configuration documentation -Report on fleet demand trends and backorders related to F/A-18 Depot Level Repairables (DLR) Analysis and resultant reports are required for the support of regular recurring Supply Chain Management forums (e.g. Integrated Supply Chain Management, Naval Aviation Enterprise, HUD, Maintenance Operations Center(MOC), and Aircraft on Ground (AOG)). To perform tasking, the contractor requires access to The Boeing Company (CAGE 0PXV4) systems AND NAVSUP Business Information Technology Systems and Navy/DoD Information Technology applications. The proposed requirement is for a service for which the Government intends to solicit and negotiate with only one source (The Boeing Company, CAGE 0PXV4) under the authority of FAR 6.302-1. All responsible sources may identify their interest and capability to respond to the requirement or submit proposals, quotations, or capability statements. This notice of intent is not a request for competitive proposals. However, all proposals received within 15 days after the date of publication of this synopsis will be considered by the Government. A determination by the Government not to compete this proposed requirement based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Interested parties may identify to the contracting officer their interest and capability to satisfy the Governments requirement within 15 days of this notice.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/ce78705acbab47a0b24b965483dbe3b5/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN06609110-F 20230308/230306230103 (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.