Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 20, 2017 FBO #5537
DOCUMENT

16 -- Soliciting a Proposal for Performance Based Support (PB Increment 5) of Boeing programs under the Boeing Captains of Industry Corporate Contract 5 Year Option Period. - Attachment

Notice Date
1/18/2017
 
Notice Type
Attachment
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
SPRPA1 DLA Aviation Philadelphia
 
Solicitation Number
SPRPA117R004U
 
Response Due
2/2/2017
 
Archive Date
2/16/2017
 
Point of Contact
Kristin Powell 215-737-4097 Kristin Powell
 
E-Mail Address
n.Powell@dla.mil<br
 
Small Business Set-Aside
N/A
 
Description
DLA Aviation at Philadelphia will solicit a proposal for the acquisition of performance based support under the Boeing Captains of Industry Contract for PB Increment 5 support, as follows “ logistics management, which includes wholesale supply support, depot-level consumable support, material management, engineering support and sustainment elements, packaging, storage, reliability improvements, and field engineering support of Boeing sole source items. DLA seeks to execute a comprehensive and holistic performance based supply chain management program to support Boeing aviation platforms. For the direct material support, the contractor will be required to fill DoD and FMS customer requisitions for approximately 56,000 Boeing sole source National Stock Numbers (NSNs). The NSNs are comprised of both consumable and depot level repair material. Actual Depot Level Repairable spares will be added subsequently. The contractor will be required to meet supply chain performance based metrics for material availability for approximately 6,000 NSNs. The performance metrics will be based on the level of demand for the individual NSN. For the depot support, the contractor will be required to fill material requirements to facilitate repair in Government repair depots supporting Boeing aviation platforms. The contractor will be required to fill all material requirements emanating from individual component repair bill of materials (RBOMs) at DoD repair depots for Boeing aviation platforms. In addition to filling the RBOM requirements, the contractor is expected to make recommendations for Engineering Change Proposals (ECPs). Additionally, the contractor will be required to aggregate all material requirements, i.e. production, repair, allowances, in order to leverage the best value for material support. This contract will support various aircraft programs including but not limited to AV-8B, C-17, CH-47, F/A-18, F-15, KC-135, B-52, B-1, E-3, AGM-84 and AGM-86. The contractor will be paid based on the aggregate demands or other appropriate measurements of usage of the specific weapon systems. The items that will be included in this contract are currently procured under various contracts with the DLA. The contract will also include necessary support of Foreign Military Sales (FMS) customers. The anticipated Contract will be strategic in nature and will be the primary vehicle for procurement of a wide range of supplies and Depot support including but not limited to platforms located at Warner Robins Air Logistics Center and Oklahoma City Air Logistics center. The contractor will be required to deliver their supplies to Government wholesale and retail supply points both CONUS and OCONUS within specified time windows. The Boeing Company is the current sole source for this requirement. Boeing is the original equipment manufacturer (OEM) of these items with design control, authorization, and documentation to manufacture. Boeing owns the limited data rights to these items. The Government does not have the drawings or complete data packages. However, some limited demand data is available upon request. Under a Performance Based contract, a Contractor will carry out logistics functions for the specified items while meeting daily Services demand requirements (i.e., filling various Services requisitions) within a specified response time to CONUS and OCONUS destinations. DLA requires strategies that would include partnering with Government entities such as Organic Depots. Performance Based functions will include: demand forecasting, inventory management, warehousing, configuration management, obsolescence management, training, and sustaining engineering/ maintaining reliability. There are approximately 56,000 consumable items to be covered by this contract with approximately 6,000 to be maintained under Performance Based criteria to include an availability metric, with flexibility/processes to add more items including DLRs as requirements dictate. A full list of 1000 PB5 NIINs is attached.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00383/SPRPA117R004U/listing.html)
 
Document(s)
Attachment
 
File Name: SPRPA117R004U_BCOI_PB5_Candidate_List_01182017.xlsx (https://www.neco.navy.mil/synopsis_file/SPRPA117R004U_BCOI_PB5_Candidate_List_01182017.xlsx)
Link: https://www.neco.navy.mil/synopsis_file/SPRPA117R004U_BCOI_PB5_Candidate_List_01182017.xlsx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: 700 Robbins Ave, Philadelphia, PA
Zip Code: 19111
 
Record
SN04374018-W 20170120/170118234334-6892f2eae697437562227a3be20d936d (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 |
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.