SOLICITATION NOTICE
99 -- HMMWV RECAP
- Notice Date
- 10/7/2005
- Notice Type
- Solicitation Notice
- NAICS
- 336120
— Heavy Duty Truck Manufacturing
- Contracting Office
- Defense Logistics Agency, Logistics Operations, Defense Supply Center Columbus, P O Box 3990, Columbus, OH, 43218-3990
- ZIP Code
- 43218-3990
- Solicitation Number
- SP075005R3802
- Response Due
- 10/13/2005
- Archive Date
- 10/13/2005
- Description
- HMMWV RECAP PRIME SERVICES INTEGRATOR LOGISTICS SERVICES CONTRACT The Defense Logistics Agency (DLA) has developed a logistics support concept known as HMMWV RECAP Prime Services Integrator. The main goal of this effort is to provide improved logistics support to the military customer by applying commercial supply chain management techniques and practices to the military support infrastructure. The HMMWV RECAP program is an Army program that receives M998 configuration HMMWVs from the field units, disassembles, replaces targeted parts and components, remanufactures others and rebuilds the vehicle to an M1097 configuration. At that point, the vehicle is at zero miles, zero hours, platform ready for issue to tactical formations. Through this contract and partnership with the contractor, DLA is to provide spare parts and logistical support services associated with the RECAP with the exception of engines and transmissions. This program provides total supply chain management in support of services and consumables used in recapitalization of the HMMWV at Red River Army Depot (RRAD) and Letterkenny Army Depot (LEAD). This logistics solution will integrate the various sources of supply, while still providing seamless interface with DLA and its customers. The contractor will employ a combination of commercial and government (DLA) sources of supply in performance of logistics support. The Statutory Authority permitting Other Than Full and Open Competition for this action is 10 U.S.C. 2304 (c)(1) as cited in FAR 6.302-1. It has been determined by the Defense Logistics Agency (DLA) that AM General LLC, 105 Niles Avenue, South Bend, IN 46617, as the developer and sole manufacturer of the HMMWV, is the only firm with the technical expertise and in-place logistics system necessary to meet the requirements of this solicitation. This acquisition is for a requirements type contract to include a services CLIN as well as part support for 1,098 NSNs (of which 1027 are DLA-managed NSNs) in support of the Army HMMWV Recap Program at Red River Army Depot (RRAD) and Letterkenny Army Depot (LEAD) for January 2006 through FY08. Of the population of NSNs covered under HMMWV RECAP, it is anticipated that the Contractor will provide 342 NSNs. It is intended that DLA will be the first source of supply for 752 NSNs, meaning the Contractor will first contact DLA for these parts on a fill or kill/best value basis. The HMMWV RECAP contractor will function as the Prime Services Integrator (PSI) for three separately described but interwoven services required to effectively and efficiently RECAP HMMWVs: 1) Technical support to apply best manufacturing and repair practices to both Red River Army Depot (RRAD) and Letterkenny Army Depot (LEAD) production lines; 2) Repair parts, components and kit support from a combination of commercial and government (DLA and TACOM) sources of supply to accomplish the required repairs and upgrades; and 3) Operation of a system for replenishing (i.e. ?pushing?) the required parts using proven just-in-time supply practices--in essence, a Prime Service Integrator. These services will be in support of the Tank-automotive and Armaments Command?s HMMWV RECAP program and will be accomplished in accordance with a Statement of Work (SOW) jointly developed by TACOM, Defense Supply Center Columbus (DSCC) and finalized with AM General. The measurable goal of acquiring these parts and services is to produce a better product to the field, faster and at a lower cost. The actual dollar value of this acquisition will depend upon the actual services delivered and the condition of the vehicles being RECAP?ed by RRAD and LEAD. In an effort to best meet these objectives and improve the current state of business, TACOM and DLA have proposed additional partnering with the awardee to provide Just in Time (JIT) support (100% supply availability) to the Army RECAP lines at RRAD and LEAD. The goals of this concept are: Increased vendor management of supplies (i.e. 100% parts management for RRAD and LEAD) Reduced Government costs (inventory/overhead), especially for the customer Improved supply chain performance?zero response time (i.e. 100% supply availability) Government/Industry partnering By consistently satisfying customer demands on time, providing accurate forecasting and preventing repair delays due to stock outs on the production line, this improved supply chain performance will lead to increase in availability for the HMMWV weapons systems. This acquisition also includes services to provide support for the production line at RRAD and LEAD. The services include the following: Supply chain and inventory management Parts acquisition Distribution Material forecasting Obsolescence management Dedicated program customer service representatives Kitting The NSN listing and detail related to the required services are included as an attachment to this notice. The following information is available at http://www.dscc.dla.mil/offices/land/hmmwv_recap.html Manufacturer?s Code and Part Number (if applicable), Drawing Number (if applicable), Specification Number (if applicable), Qualification Requirements (e.g. QPL) and where information on qualification requirements may be obtained. (if applicable). Anticipated annual quantity and Unit of Issue information are included on the attached spreadsheet. Destination Information: Letterkenney Army Depot and Red River Army Depot; Delivery Schedule: See Description. FOB Destination. All responsible sources may submit an offer/quote which shall be considered. The proposed procurement contains an option to extend the contract period one or more times at the discretion of the government. The total duration (base plus option years) shall not exceed 3 years. The contractor furnished items are a combination of competitive and sole source items, specifically identified in the attachment Conditions for Evaluation and Acceptance of Offers for Part Numbered items applies. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Note: Access to the Web Portal outlined in C.10 of the Statement of Work will only be provided to the Awardee upon approval by the COR.
- Record
- SN00912520-W 20051009/051007212506 (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 |