|
COMMERCE BUSINESS DAILY ISSUE OF MARCH 8,1995 PSA#1298Defense Personnel Support Center, 2800 S. 20th St., Philadelphia, PA
19145-5099 B -- DPSC ADVANCED BUSINESS PRACTICES DEMONSTRATION PROGRAM Contact
Chet Evanitsky, Contracting Officer, 215/737-8610. The DPSC is
interested in the continual demonstration of unique and innovative
approaches in maintaining and/or expanding a viable industrial base
with quality producers, and with sufficient surge capabilities to meet
DoD requirements for certain defense items during mobilization or
contingencies short of a declared national emergency. The objectives
are to develop new strategies utilizing advanced manufacturing and
inventory management techniques to improve the ability of the
industrial base to respond to changes in customer demand and to
effectively reduce the overall cost to the Government to maintain that
capability. The program will encompass two general commodity sectors:
the tentage/equipage/heraldics/footwear sector consisting of tents,
helmets, backpacks, flags, insignias, boots, etc. and the clothing
sector consisting of coats, shirts, trousers, etc. With regard to the
first sector listed above, the Program will focus on two main areas:
Electronic Commerce/Quick Response (EC/QR) and Shared Production
Agreements. Under EC/QR, the objective is to achieve a total quick
response environment where the supplier's production planning is
determined by actual customer demand. This requires integration of
commercial and military supply and distribution systems, electronic
data interchange capability, management of demand based customer
inventory by the contractor and direct vendor delivery. Integration of
material suppliers/vendors into a total quick response environment is
encouraged. Under the Shared Production Agreement concept, the
contractor establishes a long-term business relationship with one or
more of its major commercial or other non-DLA Government customers.
This third party shares the production facility with DLA during
peacetime thereby reducing the share of allocated overhead costs
payable by any one customer. The commercial or other non-DLA customer
enters into an advance agreement to relinquish production lines and
capability during mobilization or contingencies short of a declared
national emergency and to facilitate return to its normal business
relationship with the contractor as military requirements decrease.
Concept papers for this sector should address one or more of these
Program strategies. With regard to the clothing sector, the DPSC has
demonstrated the benefits of EC/QR and Shared Production for these
items and these ideas have been incorporated into competitive
best-value solicitations. The DPSC now is seeking new and creative
concepts that extend beyond the aforementioned areas and which have the
potential for further continuous development. Concept papers for the
clothing sector should continue to incorporate EC/QR and Shared
Production, but must also include technological enhancements that will
develop manufacturing and inventory management strategies beyond what
has already been demonstrated. The item(s) to be included in the
concept papers submitted are secondary to the main purpose of this
program which is to contract for the technology and creative ideas
which will be implemented in order to strengthen the industrial base.
Address concept papers to: Chet Evanitsky, Contracting Officer,
DPSC-FRAC-3, 2800 S. 20th Street, Philadelphia, PA 19145-5099.
Handcarried submissions (including delivery by commercial carrier)
should be address to: Defense Personnel Support Center, ATTN:
DPSC-FRAC-3/C. Evanitsky, Bldg. 12, 2nd Floor, 2800 S. 20th St.,
Philadelphia, PA 19145. All submissions must be clearly marked for:
``Advanced Businessa Practices Demonstration Program''. Electronic
transmissions such as facsimile, TWX and telex submissions are not
authorized. This announcement will be in effect until formally
rescinded. The Program will be re-announced periodically to take
advantage of new technology and changes in the market place. Concept
papers will be individually evaluated as they are submitted based on
the following criteria listed in descending order of importance: 1)
Production Capability. A vendor's capability to produce the targeted
item(s) as indicated by quality and peformance history on Government
and commercial contracts will be assessed to determine the vendor's
ability to meet the program objective for immediate demonstration. Only
those firms with demonstrated capability to produce a quality item in
the timeframe required will be considered. 2) Corporate Exeperience. a)
Vendors who have demonstrated successful on-line experience in the
area(s) to be demonstrated will be rated higher than vendors who have
limited or no experience. For example, vendors who are already
transacting business via electronic commerce, are already modernized
and/or have entered into Shared Production Agreements are considered to
offer the best opportunity to immediately demonstrate the program
objectives. Experience includes possessing the requisite equipment,
management and production procedures, in-process quality control system
and qualified personnel in-place at the time concept papers are
submitted. b) Vendors with no experience must demonstrate an ability to
acquire the technology and/or enter into Shared Production Agreements
to meet immediate contract/program goals. Ability will be assessed
through evaluation of the offeror's technical approach, to include
integration of military and civilian production, manufacturing plan,
management plan, personnel qualifications, in-process quality control
system, equipment needs and the timetable for demonstration. The
evaluatin of Shared Production Agreements will also consider the length
and extent of the third party commitment, to include the proposed
financial contribution to plant modernization and cross-training. 3)
Financial Commitment. Vendors who propose to make some or all of the
required financial investment in plant modernization will be rated
higher than those firms who require total Government assistance.
Cost/sharing arrangements will be considered and are encouraged for
those firms requiring Government assistance. 4) Commitment to the
Industrial Preparedness Program. As the Program objective is to
maintain and/or expand the DLA industrial base, a commitment to
long-term industrial preparedness planning is preferred. However, if a
vendor offers an opportunity to gain valuable experience without a
long-term commitment, the immediate value to be gained and the
long-range benefits to the industrial planning process will offset the
vendor's lack of a long-term commitment. 5) Commercial Revenue Base.
The Government's objective is to integrate mobilization requirements in
the contractor's existing commercial base to yield the highest
probability of effective performance with least disruption to the
commercial business base. Commercial revenue includes sales to all
non-DLA customers. Contractors with large commercial sales volumes are
preferred. The Government may enter into cost sharing arrangements
with contractors who propose realistic plans to expand their base in
the interest of improving their industrial preparedness capability and
commitment. 6) Membership in an Advanced Apparel Manufacturing
Technology Demonstration (AAMTD) Coalition. Membership in one or more
of the AAMTD coalitions formed through the participating universities
in the DoD MANTECH Program is desired. The coalition is a valuable
source of financial and technical support. The coalition would
facilitae transfer of the technology achieved as a result of the
demonstrations conducted under this DPSC Program. Competition will be
restricted consistent with the authority of 10 U.S.C. 2304(c)(3), FAR
6.302-3, Industrial Mobilization to solicit on an other than full and
open competition basis to enhance, maintain, expand or stabilize the
industrial base. See Note 13. The DPSC reserves the right to direct
negotiations to those firms who, after evaluation of submitted concept
papers, offer an immediate opportunity to gain experience in one or
more areas of the overall Program objective. Complete technical and
cost propoosals will be requested from those firms on an individual
basis. Awards will be made to the offeror(s) who demonstrates various
probabilities of successfully demonstrating the targeted objectives of
the Demonstration Program. Demonstrations conducted under this Program
will include the delivery of an end item of supply. Contract type, to
include the full range of firm, fixed-price and cost type contracts,
will be negotiated on an individual basis as appropriate. These
contracts are intended to demonstrate the feasibility of further
development and provide vital experience for ultimate implementation of
the most promising strategies through competitive proposals where
possible. This is an expression of interest only and does not commit
the Government to pay for any response preparation costs. Awards under
this Program are subject to the availability of funds. All discussions
and inquiries concerning this announcement and submitted concept papers
shall only be conducted through the point of contact identified in this
announcement. (065) Loren Data Corp. http://www.ld.com (SYN# 0012 19950307\B-0001.SOL)
B - Special Studies and Analyses - Not R&D Index Page
|
|