SOURCES SOUGHT
28 -- Provide parts and improved support to the F402 engine - NIINs for F402
- Notice Date
- 3/26/2018
- Notice Type
- Sources Sought
- NAICS
- 336412
— Aircraft Engine and Engine Parts Manufacturing
- Contracting Office
- Defense Logistics Agency, DLA Acquisition Locations, DLA Aviation - BSM, 8000 Jefferson Davis Highway, Richmond, Virginia, 23297-5000, United States
- ZIP Code
- 23297-5000
- Solicitation Number
- SPE4X18K0402
- Archive Date
- 4/28/2018
- Point of Contact
- John R. Johnson, Phone: 8042792605
- E-Mail Address
-
john.johnson@dla.mil
(john.johnson@dla.mil)
- Small Business Set-Aside
- N/A
- Description
- NIINs and Part Numbers associated with F402 RFI Part Numbers for F402 RFI The Defense Logistics Agency Aviation - Richmond is issuing this Request for Information Notice as a means of conducting market research. The purpose of this Sources Sought Notice is to conduct market research and to gauge potential interest in support of F402 aircraft engine parts. The Government seeks information that will be used as part of an analysis to determine the capabilities of available sources to meet this requirement. The Government will use this information to determine the best acquisition strategy for this procurement. The Government is interested in responses from commercial businesses of all sizes. This notice is for information and planning purposes only and does not constitute a Request for Proposal (RFP) or commitment by the Government. DLA Aviation anticipates possible award of a contract for the acquisition of performance based supply chain management support to include wholesale supply support, depot-level consumable support, forecasting, packaging, and storage in support of depot maintenance operations and in support of DLA Aviation worldwide customers. DLA is seeking a DLA Direct (DD) support arrangement for this project. The overarching objective of this acquisition is to improve material availability and minimize backorders for DLA Aviation F402 customers by streamlining supply chain management. In order to meet this overarching objective, the contractor must have the ability to provide consumable item support to depot and worldwide customers and to drive supply chain management improvements. The contractor will be required to aggregate all material requirements in order to leverage the best value for material support. The contractor will be required to deliver their supplies to Government wholesale and retail supply points as directed within specified timeframes. The contractor will be required to provide consumables for repair and depot overhaul activities; however, actual repair of depot level items is not included in this requirement. The contractor shall be responsible for demand forecasting, acquiring, stocking, and fulfilling requirements in accordance with the requirements of this contract. The comprehensive material list is attached as part of this Sources Sought there are two spread sheets. Spread sheet at attachment 1 contains the NIINs, historic use and forecast. Interested providers should fill out that spread sheet indicating capability of providing that NIIN, is the NIIN Commercial and other comments as needed. Spread sheet at attachment 2, contains the NIINs from attachment 1 and we have also provided cross reference to Part Numbers from the DLA AMPL. Please let us know your ability to support the material. Performance metrics associated with this acquisition may be tied to one or more of the following: material availability, backorders, and inventory reductions. Small business participation may also be a potential metric. DLA is seeking a ten (10) Long Term Contract (LTC) for DLA Direct (DD) support for this project. The LTC would be ten years - five-year (5) base and five-year (5) renewal. Any entity interested/able to provide any of the required products may submit ideas and suggestions for providing the required products and to include performance-based supply chain management support. Any responses involving teaming arrangements should delineate between the work that will be accomplished by the prime and the work accomplished by the teaming partners. Please provide the following business information in your response as well as responses to all the questions below: Please provide copies of any agreements referenced including any direct access to OEM drawings and engineering expertise. Company Name Physical and/or Mailing Address DUNS Number Number of Employees Point of Contact (POC) POC Phone Number POC Email Address Describe what small business type or category you represent, (if applicable) Web Page URL, if available. 1. Describe your experience executing relevant performance-based supply chain management programs in support of depot and worldwide aviation customers. What do you envision as the risk areas associated with this effort and how would you mitigate those risks? 2. Describe your company's ability and experience in sourcing F402 consumable items as well as your company's supply and engineering knowledge that would allow you to provide outstanding support to the customer. 3. Is your interest in this effort as a prime or subcontractor? Are you able to facilitate a teaming arrangement for this material 4. Are you able to support all of this material under a performance based arrangement? Please indicate the material that you can provide on the spreadsheet of material and please return with your response. 5. Describe your capabilities & experience in performing the supply chain functions: demand forecasting, supplier management, inventory management, warehousing, configuration management, and obsolescence management. 6. Describe the transition and implementation actions and timeframes your firm would identify/need to successfully execute the anticipated requirements of this acquisition. 7. What quality control systems/measures do you currently have in place (ISO 9000, 9001, AS9100, NADCAP (National Aerospace and Defense Contractors Accreditation Program)? 8. Describe your experience with Government Source Inspection, Aviation Critical Safety Items, and OSHA standards. 9. Are you currently registered in the System for Award Management (SAM) and Wide Area Workflow (WAWF)? 10. What suggestions, if any, do you have for this performance-based acquisition (including evaluation criteria, CLIN structure, contract structure, incentive/disincentive structure and application, or other elements)? 11. Do you possess all the necessary technical data for all items on the attached spreadsheet to perform for this performance-based supply chain management acquisition? 12. Do you have electronic interface capability with military inventory control points? 13. Describe your firm's ability to obtain all proprietary engineering data to provide engineering support and sustainment elements, recommend reliability improvements, provide obsolescence management, make recommendations for Engineering Change Proposals (ECPs), mitigate Diminishing Manufacturing Source (DMSMS) challenges, manage Critical Safety Items (CSI), and provide field engineering support? 14. Identify your ability to support a Material Availability metric and the costs associated. Is there a difference in cost to perform based on a higher level of availability? If so, please provide an estimate in the difference to support each level of performance. What would you recommend as an ideal level of support that would provide both the optimal performance to support this material and optimal cost? 15. Please provide information to support a determination of commerciality for the parts included in support this engine. 16. Describe your plan for continued improvement of supply chain support for the F402 Engine and all associated parts. Disclaimer: THE GOVERNMENT DOES NOT INTEND TO AWARD A CONTRACT ON THE BASIS OF THIS POTENTIAL REQUEST FOR INFORMATION (RFI) OR TO OTHERWISE PAY FOR THE INFORMATION SOLICITED. This RFI is issued for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked Proprietary or competition sensitive will be handled accordingly. Responses to the RFI will not be returned. The responses to this notice are not an offer and cannot be accepted by the Government to form a binding contract. The Government reserves the right to reject, in whole or in part, any contractor's input resulting from this RFI. Responders are solely responsible for all expenses associated with responding to this RFI. Interested sources should respond by email to (john.johnson@dla,mil) by the close date, 30 March 2018. Place of Contract Performance: DLA Aviation 8000 Jefferson Davis Highway Richmond, Virginia 23297 United States
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCR-BSM/SPE4X18K0402/listing.html)
- Place of Performance
- Address: DLA Aviation, 8000 Jefferson Davis Hwy, Richmond, Virginia, 23297, United States
- Zip Code: 23297
- Zip Code: 23297
- Record
- SN04867023-W 20180328/180326231358-229061dc5af696b8a446c102d50fd980 (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 |