SOURCES SOUGHT
25 -- The U. S. Army TACOM, Warren, Michigan, invites your comments and responses to the Market Survey Questionnaire at this link: http://contracting.tacom.army.mil/majorsys/customerpay/customerpay.htm
- Notice Date
- 9/13/2004
- Notice Type
- Sources Sought
- NAICS
- 336399
— All Other Motor Vehicle Parts Manufacturing
- Contracting Office
- TACOM - Warren, ATTN: AMSTA-AQ-AMB, E Eleven Mile Road, Warren, MI 48397-5000
- ZIP Code
- 48397-5000
- Solicitation Number
- CUSTOMERPAY
- Response Due
- 10/12/2004
- Archive Date
- 12/11/2004
- Small Business Set-Aside
- N/A
- Description
- CUSTOMER PAY SOURCES SOUGHT MARKET SURVEY 1. The U. S. Army Tank-automotive and Armaments Command (TACOM), Warren, Michigan, invites your comments and responses to the below Market Survey Questionnaire. This market survey is for information and planning purposes only and is not a commitment by TA COM. If sufficient interest is shown and a significant overall program savings can be realized for the Department of Defense a competitive solicitation may be issued. 2. Our goal is to determine contractor interest in a CUSTOMER PAY * contract in which the contractor will supply spare/repair parts to the ongoing High Mobility Multipurpose Wheeled Vehicle (HMMWV) Recapitalization (RECAP) Program at Red River Army Depot (RRAD), Texarkana TX. The HMMWV RECAP program receives M998 configuration HMMWVs from field units, disassembles, replaces targeted parts and components, remanufactures others and rebuilds the vehicle to an M1097 configuration. The vehicle is at that poin t a zero miles, zero hours platform ready for issue to tactical formations. The spare/repair parts are to support the RECAP line; major assemblies such as engines and transmissions are not included. It is anticipated that the start date will be October 2 005 and run for one year (FY06). The Government anticipates funding to be available for the completion of between 660 and 3,600 HMMWVs during FY 2006. An option for an additional year (FY07) may be included, if the Government determines approximate requi rements before issuance of the solicitation. * CUSTOMER PAY is a DoD initiative to optimize the supply chain by having DoD pay for materiel only when delivered for point of consumption use to the end user. The objective is to move the point of inspection and point of sale to the point of use. The c oncept involves the Contractor owning, managing, and delivering inventory to the customer. The billing and payment cycle begins at the time of use by (or delivery to) the customer. 3. RRAD currently uses the Government managed supply system to obtain parts for the HMMWV RECAP program. RRAD currently pays an average $20,904.65 per vehicle for parts obtained through the Government supply system. The Government is restrictive in our f unding profile. The program cost threshold therefore will not allow the Government to consider any higher offer. 4. Contractor: a. The contractor will be required to manage and operate the supply chain/parts inventory to provide, on a just in time basis, in kit form, all parts used by the RRAD HMMWV Recap line, and ensure that the production lines are not delayed due to stock ou ts. b. A stock out is defined as a situation where a HMMWV component part required by the line process is unavailable for any HMMWV in the program. c. The contractor will not be allowed to request payment for an item until that item has been delivered to the production line for consumption within the work centers cycle time. The last work day of each month, the contractor will submit an invoice for that months delivered parts. d. No Government financing provisions, such as Progress Payments, will be provided for this program. e. The contractor will be required to supply component parts in accordance with Government provided technical data packages. In the event of any change in a part(s) resulting from any Engineering Change Proposal or Notice of Revision (NOR), the contractor will be responsible to provide the upgraded part(s) as changed and in accordance with the established production lead time and/or production cut-in, and will not be reimbursed the cost of the obsolete part(s). It is anticipated that there will be several changes throughout the year of execution all geared to providing an increasingly more capable system to the combatant commander. f. The parts will remain the property of the contractor until they are delivered to the production line for consumption within the given work center s cycle time. Any parts not delivered to the production line will not be paid for by the Government, including parts not used due to changes in requirements and technical revisions. g. The Government estimates that of the approximately 1,310 HMMWV component part NSNs potentially required per HMMWV, roughly 400 of them are mandatory replacement parts. A table of the HMMWV component part NSNs, nomenclatures, quantities per HMMWV, and a Government-determined designation of those items which are mandatory for replacement in HMMWVs, is attached as an Excel file Customer Pay Parts List for RRAD HMMWV RECAP.xls. The Government reserves the right to change the part listing and/or producti on schedule as necessary. 5. Any resultant contract will require that the contractor implement methods and controls such that the RRAD HMMWV program, beginning in Oct 2005, will experience zero (0) stock outs of any of the approximately 1,310 HMMWV component part numbers. 6. Any resultant contract will prohibit the Contractor from providing new, unused, former U.S. Government surplus material without Government approval. The Contractor will not be excused from the zero (0) stock out requirement while the Government conside rs any requests concerning new, unused, former U.S. Government surplus material. 7. A Pre-proposal Conference will be planned after the evaluation of the results of this Market Survey is complete provided that sufficient contractor interest is generated. Contractors are invited to visit TACOMs Major Systems Web Page at TACOM-Warren Electronic Contracting . Based on the above information, interested sources should provide the following: 1. General Information: a. Company Name: b. Address: c. Company telephone number d. Company web site: 2. Individual completing this questionnaire: a. Name: b. Title/Position: c. Telephone Number: d. Fax number: e. E-mail address: 3. What business type is your company (large, small, small-disadvantaged, women-owned, or 8(a))? Is your company located in a labor surplus area or a Hub-zone? (See FAR 19 Small Business Programs). 4. Does your company have the financial resources to successfully perform on a contract generated as a result of the above Sources Sought Market Survey, including sufficient resources that allow for payment not to be received until after the part is used, or in the case of obsolescence, never reimbursed? 5. Does your company have prior experience on similar type projects, either in house experience or previous contracts in which you have coordinated and supplied production lines. At a minimum please detail the following: a. Quantity of parts managed to support the production line: b. Quantity of stock outs that occurred during management of production line. c. Were you the prime contractor or a subcontractor? d. Please provide the time frame and length of project for which you performed the above 6. Acquisition Strategy What type of strategy do you suggest for this type of acquisition? Consider and provide information about the following: a. Contract type b. Contract terms and conditions c. Contract length d. Pricing strategy e. Delivery schedule f. Funding Stream/Financing requirements g. Small business involvement h. Contractor incentives for operational capability and readiness 7. Please feel free to comment on the terms set forth in Market Survey. For example, if any of the above described terms would preclude your submitting an Offer, identify those terms and how they might be modified to enable your Offer. 8. Can your company perform in accordance with the terms set forth in the Market Survey for less than the cost threshold detailed above? If not, what would be a more realistic estimate? 9. Please feel free to add any additional comments. 10. Responses to this market survey should be sent, no later than 12 Oct 04, by email to : jablonsg@tacom.army.m il or by fax to (586) 574-7510, for the attention of Greg Jablonski or by mail to: U.S. Army Tank-automotive and Armaments Command AMSTA-AQ-ATAC, ATTN: Greg Jablonski 6501 East Eleven Mile Road, Warren, MI 48397-5000
- Place of Performance
- Address: U.S. Army TACOM 6501 E. Eleven Mile Road Warren MI
- Zip Code: 48397-5000
- Country: US
- Zip Code: 48397-5000
- Record
- SN00671358-W 20040915/040913212401 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |