MODIFICATION
16 -- Aircraft Components and Accessories - Amendment 3
- Notice Date
- 10/30/2018
- Notice Type
- Modification/Amendment
- NAICS
- 336413
— Other Aircraft Parts and Auxiliary Equipment Manufacturing
- Contracting Office
- SPRPA1 DLA Philadelphia DLR Procurement Ops DSCR-ZC DLR Procurement Ops DSCR-ZC 700 Robbins Avenue Philadelphia, PA
- ZIP Code
- 00000
- Solicitation Number
- SPRPA116R009U
- Response Due
- 6/15/2016
- Archive Date
- 1/6/2017
- Point of Contact
- Jillian Goetz, Phone: 215-737-3643
- E-Mail Address
-
jillian.goetz@dla.mil
(jillian.goetz@dla.mil)
- Small Business Set-Aside
- N/A
- Description
- Final Marketbasket Updated Synopsis Re-Soliciting a Proposal for Performance Based Support of the H-1 and OH 58 programs. 5 year base Period, 5 Year Option Period Solicitation Number: SPRPA1-16-R-009U Synopsis: DLA Aviation at Philadelphia is re-soliciting a requirement for the acquisition of performance based 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 in support of Bell H-1 and OH-58 items. The original synopsis was posted on 31 May 2016 for the base contract which included this Performance Based Logistics (PBL) effort. The base contract has been awarded under Contract Number SPE4AX-17-D-9410. This re-synopsis is for the Performance Based Logistics (PBL) effort under this Captains of Industry (COI) Contract. This PBL effort is being re-synopsized in accordance with policy. The contractor will be required to fill DoD and FMS customer requisitions for approximately 3,404 Bell National Stock Numbers (NSNs) under this PBL effort. The NSNs are comprised of both consumable spares and those consumables required to support depot level maintenance. Actual Depot Level Repairable (DLR) spares will be added subsequently if required. The contractor will be required to meet supply chain performance based metrics for material availability for approximately 3,404 NSNs. The performance metrics will be based on the level of demand for the individual NSN. The contractor is also 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. The contractor will be paid based on the aggregate demands or other appropriate measurements of usage of the H-1 and OH-58. The items that will be included in this contract are currently procured under various contracts with 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. The contractor will be required to deliver their supplies to Government wholesale and retail supply points both CONUS and OCONUS within specified time windows, along with providing Depot Level consumables for repair of repairables. Bell Helicopter Textron Incorporated is the original equipment manufacturer (OEM) of these items with design control, authorization, and documentation to manufacture. Bell owns the data rights to these items. The Government does not have the drawings or complete data packages. Under a Performance Based contract, a Contractor will carry out logistics functions for the specified items while meeting daily Service 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 3,404 consumable items to be covered by this PBL effort which will be incorporated under base contract SPE4AX-17-D-9410. In addition, there are two parts that have been upgraded since the original synopsis was posted on 31 May 2016. The two upgraded parts are: 1) From: Y LH Skid Tube // 015975903 // 450-036-104-103 To: Y LH Skid Tube (Upgrade) // 016631174 // 450-036-104-105 2) From: Y RH Skid Tube // 015975905 // 450-036-104-104 To: Y RH Skid Tube (Upgrade) // 016631178 // 450-036-104-106 There are also three additional items being added to the market basket since the time the last synopsis was posted on 31 May 2016. These items are as follows: 015241071 NSN: 450-366-001-102 FUEL CELL, AIRCRAFT 016218659 NSN: 449-036-106-101 AFT CROSSTUBE 015847204 NSN: 450-036-103-105 AFT CROSSTUBE The contract will be constructed to allow for the addition of Consumable Parts and Depot Level Repairables (DLRs) to the initial population after initial award. Subsequent phases will include material required for support of Depot Level repairs and the repair of repairables. A full list of NIINs for this PBL effort and the respective Federal Supply Class (FSC) is attached. The Government retains the right to add and delete NSNs as necessary. The point of contact is the Contracting Officer, Jillian Goetz, DLA Aviation - APE.28, 700 Robbins Ave., Philadelphia, PA 19111. Email: Jillian.Goetz@dla.mil Contracting Office Address: DLA Aviation 700 Robbins Ave. Philadelphia, PA 19111 Point of Contact(s): Jillian Goetz, Contract Officer Code APE.28 215-737-3643
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00383/SPRPA116R009U/listing.html)
- Record
- SN05138525-W 20181101/181030230817-6b13a590566e3aacb86784f0f3370c14 (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 |