Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 31, 2025 SAM #8466
SOURCES SOUGHT

15 -- Sources Sought Notice KC46 Consumables Performance Based Contract - SPRPA124R004E

Notice Date
1/29/2025 12:41:50 PM
 
Notice Type
Sources Sought
 
NAICS
33641 —
 
Contracting Office
DLA AVIATION AT PHILADELPHIA, PA PHILADELPHIA PA 19111-5098 USA
 
ZIP Code
19111-5098
 
Solicitation Number
SPRPA124R004U
 
Response Due
2/5/2025 2:00:00 PM
 
Archive Date
02/20/2025
 
Point of Contact
Kristen McCarthy, Phone: 2157370531, Irena Cepele
 
E-Mail Address
kristen.mccarthy@dla.mil, Irena.Ceple@dla.mil
(kristen.mccarthy@dla.mil, Irena.Ceple@dla.mil)
 
Description
****The below notice is revised to include an updated Market Basket of 128 items and addition of two NSNs: 017056583 and 017057255 ***This notice is re-opened to include the updated Market Basket to include 1,047 additional items. Addtional items are attached. **This synopsis is revised to correct the solicitation number from SPRPA1-24-R-004U to SPRPA1-24-R-004E. All future notices related to this effort will reference the SPRPA1-24-R-004E number. *This notice is re-opened to include the updated Market Basket to include 8 additional items: 842-349246-10 016560269 SHAFT ASSEMBLY,FLEX 842-349247-12 017060550 CLEVIS 842-349247-14 017058235 SPACER,ROD END 842-349247-5 017060248 ROD, PISTON 842-349247-8 017058378 TUBE 842-349248-1 017056583 SPRING,HELICAL BACB28AP05-017 017057255 BUSHING,SLEEVE BACB28AT07B017A 017060391 BUSHING,SLEEVE The purpose of this Sources Sought Notice is to conduct market research and to gauge potential interest in subcontracting opportunities for the support of the anticipated program in which DLA intends to contract on a sole source basis with The Boeing Company. The proposed North American Industry Classification Systems (NAICS) code is 336411, which has a corresponding size standard of 1500 employees. The Government will use this information to determine the best acquisition strategy for this procurement. 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 new contract for a three year base term and one two year option with a period of performance of October 8, 2025 through October 7, 2030. The contract will be supported under an existing Boeing Captains of Industry contract (SPRPA122D001U) and require the execution of a comprehensive and holistic performance based supply chain management program to support the KC-46 aircraft. The contractor will be required to fill DoD and FMS customer requisitions for approximately 16,069 KC-46 National Stock Numbers (NSNs). Some portion of these NIINs are to be maintained under Performance Based criteria to include an availability metric/fill rate. Items not covered by the Performance Based metric will be handled as stock items. The NSNs are comprised of consumable material, both Military Unique and Commercial. The contractor will be required to meet supply chain performance based metrics for material availability. Under the BCOI contract the contractor will provide following: logistics management, which Includes wholesale supply support, consumable support, material management, engineering support and sustainment elements, packaging, storage, reliability Improvements, and engineering support. The support includes spare parts/material support used in the maintenance activities at KC46 DoD Operating Sites. The contract is planned as a Fixed Price action against the BCOI contract, which is strategic in nature and will be the primary vehicle for procurement of the KC46 support. The contractor will be required to deliver their supplies to Government wholesale and retail supply points within specified time windows. Any entity interested in providing some of the required products but who cannot provide the required Performance Based outcome may be afforded 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 support 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. Entities seeking to become an approved source of supply for any of the items covered by this notice should note that the time required for approval of a new source is normally such that an award cannot be delayed pending approval of a new source. Sources that are not approved for manufacture of these items must obtain source approval from the Government. Please note that if the evaluation of source approval requirements precludes the ability to obtain subject items in time to meet Government requirements, award of the subject requirement may continue based on support needs. �It is the Government�s intent to use a letter solicitation format to the sole source Original Equipment Manufacturer (OEM); therefore, if any non-OEM source is interested in any of the NSNs, please notify the Contracting Officer prior to the synopsis closing date. Surplus dealers are also invited to respond to this synopsis. The response should include a completed surplus certificate, DLAD 52.211-9000, Government Surplus Material or adequate traceability documentation to show that the product is acceptable. (Note: Other Aviation sites will provide their equivalent surplus clause, as applicable). Responses to this announcement from other than the OEM should identify items of interest and include evidence of ability to supply the items for the contract period as identified. In addition, respondents should identify the quantity available and price. A copy of the letter of interest should be forwarded to the contracting officer identified herein and SBA PCR (tammy.birdsong@sba.gov). The Government may alter the acquisition strategy if purchase of existing surplus or newly-manufactured inventory is in the best interest of the Government.� �It is the Government�s intent to use a letter solicitation format to the sole source Original Equipment Manufacturer (OEM); therefore, if any non-OEM source is interested in any of the NSNs, please notify the Contracting Officer prior to the synopsis closing date. Surplus dealers are also invited to respond to this synopsis. The response should include a completed surplus certificate, DLAD 52.211-9000, Government Surplus Material or adequate traceability documentation to show that the product is acceptable. (Note: Other Aviation sites will provide their equivalent surplus clause, as applicable). Responses to this announcement from other than the OEM should identify items of interest and include evidence of ability to supply the items for the contract period as identified. In addition, respondents should identify the quantity available and price. A copy of the letter of interest should be forwarded to the contracting officer identified herein and SBA PCR (tammy.birdsong@sba.gov). The Government may alter the acquisition strategy if purchase of existing surplus or newly-manufactured inventory is in the best interest of the Government.�
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/6cf0c5678dfd4f47b455d47c474dcd11/view)
 
Place of Performance
Address: Saint Louis, MO 63110, USA
Zip Code: 63110
Country: USA
 
Record
SN07327118-F 20250131/250129230114 (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.