SPECIAL NOTICE
26 -- Global Tire Program
- Notice Date
- 9/3/2015
- Notice Type
- Special Notice
- NAICS
- 326211
— Tire Manufacturing (except Retreading)
- Contracting Office
- Defense Logistics Agency, DLA Acquisition Locations, DLA Land and Maritime, P O Box 3990, Columbus, Ohio, 43218-3990, United States
- ZIP Code
- 43218-3990
- Solicitation Number
- Global_Tire_Program
- Point of Contact
- Julie Miller, Phone: 6146924841
- E-Mail Address
-
julie.miller@dla.mil
(julie.miller@dla.mil)
- Small Business Set-Aside
- N/A
- Description
- Global Tire Program (GTP) - Performance Based Logistics (PBL) Initiative. Defense Logistics Agency (DLA) would like feedback on how industry can best support the military customer's requirements for tires CONUS and OCONUS. The government is willing to consider suggestions that would refine or improve the current Tires Successor Initiative (TSI) as well as suggestions for alternative support models. Brief Background: Under TSI, a tire supply chain integrator is authorized to order from government-provided tire supply contracts to stock tires in its warehouse(s). The integrator pays the tire suppliers in accordance with the terms of the government supply contracts. Upon receipt of a requisition from the military customer, the integrator fills the requisition and ships the tires. The government then pays the integrator on a per requisition basis as each requisition is completed. TSI also includes requirements for shelf-life, retread carcasses, and CONUS scrap/disposal management. The integrator is required to forecast demand and fill requisitions from its stock within Time Definite Delivery standards 95% of the time. The integrator may be required to establish an OCONUS warehouse to support overseas demands and reduce the transportation costs associated with these demands. TSI relies heavily on surface transportation methods. Generally, the government prefers a model based on surface transportation whenever possible given the lower cost compared to air transportation. Under GTP, DOD transportation networks may be required for CONUS and/or OCONUS customer deliveries. Responses: Each response should include the following elements, at a minimum: (A) Company History: A one page history to include; Small Business Administration (SBA) size classification; major products; and primary customer base. Additionally, RFI responders should provide examples of past experience that would warrant the Government's consideration of the company as a prospective contractor for tire supply and management. Company history should include past performance contracts that shows examples of the contractor being able to perform total supply chain management functions, which may or may not include the function of acquisition. Included in the company history should be if the past contracts were as a prime or a subcontractor and the magnitude of each contract referenced. (B) Metrics: Discuss the following topics: (1) key performance metrics, what the key metrics should be and the most effective way to share them with government; (2) metrics used to measure performance on a historical contract; (3) metrics to assist in monitoring forecast accuracy and reliability. (C) Required Information: Data, technical or otherwise, that the contractor would anticipate needing in order to create a proposal (Note: The government cannot guarantee availability of all requested information). (D) Financial: Discuss the following topics: (1) whether the use of an incentive/disincentive based contract award structure is preferred by industry, and if so, the size (in terms of percent of award value) and structure of an incentive preferred by industry and key performance areas suitable for incentives; (2) the likely magnitude of the cost difference for a 95% and a 99% fill rate; (3) whether industry prefers billing and payment to occur on a per transaction (per requisition) basis or on a quarterly or triannual reconciliation basis. (E) Other (optional): Any related subjects the contractor elects to comment on (such as administration, transportation, IT infrastructure, Foreign Military Sales (FMS), etc. Response Length: While the government will not impose an absolute limit on the length of submissions, respondents are requested to limit the substance of their responses (the total of elements B, C, D and E above) to 8 pages (single-sided, single space). Submissions that exceed this length by more than 6 pages may not be reviewed. If the response contains proprietary information, please mark accordingly and identify disposition instructions (submitted data will not be returned). Submission Information: RFI responses may be submitted no later than 30 SEP 2015 to DLA Land and Maritime, Attn: Ms Julie Miller, 3990 East Broad St., Columbus OH 43218-3990. Electronic responses are preferred and should be submitted to Julie.Miller@dla.mil. Additional Information: This announcement constitutes an official Request for Information (RFI) only, as defined in FAR 12.202(a). Intent is to identify market interest and solicit recommendations as how best to define requirements for full service PBL solicitations/contracts supporting the customers. Future solicitations/contracts would provide total support and management services supporting tires. This is not a Request for Proposal (RFP) or an Invitation for Bid (IFB), nor is it to be construed as a commitment by the government. Responses to this notice are not offers and cannot be accepted by the government to form a binding contract. The purpose of this RFI is to determine suitability of current industry experience and capabilities and to support the possibility of a competitive requirement. DLA Land and Maritime intends to use information resulting from the RFI responses to aid in refining its acquisition strategy, budgeting assumptions, and performance specifications to be included in the RFP. There is no commitment by the government to issue a solicitation, make an award or awards, or to be responsible for any monies expended by industry responses to this RFI. If a solicitation is released, it will be synopsized in the Federal Business Opportunities website located at http://www.fbo.gov/. All information received in response to this RFI that is marked Proprietary will be handled accordingly. Responses to the RFI will not be returned.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCC/Global_Tire_Program/listing.html)
- Place of Performance
- Address: Various CONUS, OCONUS, FMS customers, United States
- Record
- SN03872627-W 20150905/150904001800-916b485c2805a277e0fa60831009e844 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |