Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 09, 2020 SAM #6797
SOURCES SOUGHT

47 -- C-130 HOLISTIC STRATEGIC EFFORT

Notice Date
7/7/2020 3:04:45 PM
 
Notice Type
Sources Sought
 
NAICS
336412 — Aircraft Engine and Engine Parts Manufacturing
 
Contracting Office
DLA AVIATION RICHMOND VA 23297 USA
 
ZIP Code
23297
 
Solicitation Number
SPE4A520R0435
 
Response Due
7/21/2020 2:00:00 PM
 
Archive Date
08/05/2020
 
Point of Contact
Andrew. P. Davitt, Phone: 8042791857, Fax: 8042795983
 
E-Mail Address
andrew.davitt@dla.mil
(andrew.davitt@dla.mil)
 
Description
Description This notification is for market research purposes only to identify if other potential sources of supply can meet the Department of Defense performance based requirements for providing C-130 holistic material support for a market basket of Lockheed Martin sole source consumable parts as well as non-Lockheed sole source & competitive consumable parts. This is not a request for proposals, quotes or an invitation for bid. The Defense Logistics Agency (DLA) seeks information that will be used to determine if any source other than the Original Equipment Manufacturer (OEM), Lockheed Martin (Primary CAGE # 98897 & other Lockheed CAGEs), exists to designate this effort as a competitive acquisition. The proposed North American Industry Classification Systems (NAICS) code is 336413 (Other Aircraft Parts & Auxiliary Equipment Manufacturing).� The Government will use this information to determine the best acquisition strategy for this procurement. The Government is interested in all large and small businesses to include 8(a), Service-Disabled Veteran-Owned, Hubzone, and Women-Owned small business concerns. The Government requests that interested parties respond to this notice if applicable and identify your small business status to the identified NAICS code. This notice is for information and planning purposes only and does not constitute an RFP or commitment by the Government. DLA Aviation in Richmond Virginia will be the contracting activity for this requirement. DLA has identified a requirement for performance based consumable material support pertaining to the attached list of Lockheed Martin sole source NSNs and non-Lockheed sole source & competitive NSNs. � Responses to this Source Sought will be used to determine which items can be procured on a long term contract (LTC). �DLA Aviation intends to award a subsumable contract to Lockheed Martin under its existing Captains of Industry (COI) LTC for C-130 material support for the consumable item identified in the attached file. �The attached list includes the applicable NIIN and FSC for each NSN. �Respondents able and interested in supporting the project�s NSNs are asked to provide a response to Contracting Officer Andrew Davitt Andrew.Davitt@dla.mil and Project Managers John Weber john.2.weber@dla.mil & Steven Morgan steven.morgan.ctr@dla.mil by the response date of this announcement.� DLA Aviation anticipates awarding a contract with Lockheed to execute a comprehensive and holistic performance based supply chain management program under which the contractor will be required to provide consumables for C-130 repair and depot overhaul activities as well as worldwide consumable support. Actual repair of C-130 depot level items will not be included in this requirement.� For the direct material support, the contractor will be required to provide supply chain performance based on metrics for material availability, order response time, and aged backorders for up to 36,500 NSNs. Due to the age of C-130 aircraft, drawings may no longer be up-to-date; tooling may no longer be available or un-useable; materials may be obsolete and the vendor base may have diminished since the parts were last purchased. The contractor will be required to mitigate these challenges. Performance based support will include but is not limited to: (1) demand forecasting, (2) inventory management, (3) warehousing; (4) supply chain engineering support, (5) material support and availability, (6) process improvements, (7) diminishing or obsolete part mitigation, and (8) field service representatives.� Any entity interested in providing some of the required products but cannot provide the required performance based outcome may have an opportunity to partner with the prime contractor, Lockheed, or participate as a subcontractor. �Please provide any anticipated teaming arrangements, along with a description of similar material support offered to the Government and/or to commercial customers over the past three years. 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. Responses to this Sources Sought should include responses to the following: a) A one page company profile to include company name, address, point of contact (including name and title, telephone number and email address), web page URL (if available), Small Business Administration (SBA) business size classification (i.e. large, small, small disadvantaged, service disabled, veteran owned, HUB Zone, etc.), number of employees, CAGE Code, DUNS number, NAICS Code, major products, primary customer base, statement on whether your interest in this sources sought is for the purpose of becoming the prime offeror or to inquire about subcontracting possibilities, and technical points of contact who are able to discuss the materials submitted. b) A description of your company's past experience and performance providing performance based material support to primary and component level parts, including whether any of the contracts have CPARs ratings. Specify whether you are qualified to manufacture any of the components listed in this announcement or similar systems/components. This description shall address and demonstrate prior and current experience consumable item support. c) What quality control measures do you currently have in place (ISO 9000, 9001, AS9100, NADCAP (National Aerospace and Defense Contractors Accreditation Program)? d) Describe your experience with Government Source Inspection, Critical Safety Items, and other OSHA standards. e) A summary of your company's capability and approach to satisfying the performance based material support requirements for the attached NIINs. Please also elaborate on your firm�s manufacturing/supplier relationship with Lockheed Martin and your company�s ability to acquire Lockheed proprietary technical data and drawings. f) Any other information your company deems necessary to aid the Government in refining its acquisition strategy and assessing your company's capability. For your response to be considered, please submit a detailed technical response in order for the Government to conduct a comprehensive evaluation of your capabilities and products to ensure compatibility with the Government�s requirement. In accordance with FAR 15.201(e), a response to this notice is not an offer and cannot be accepted by the Government to form a binding contract. The responder is solely responsible for the information it submits and any associated costs. The Government reserves the right to disregard any submittal that is incomplete or that is vague. Please do not submit your company brochures. Disclaimer THE GOVERNMENT DOES NOT INTEND TO AWARD A CONTRACT ON THE BASIS OF THIS SOURCES SOUGHT OR TO OTHERWISE PAY FOR THE INFORMATION SOLICITED. This sources sought is issued for information and planning purposes only and does not constitute a solicitation. All information received in response to this sources sought that is marked Proprietary or competition sensitive will be handled accordingly. Responses to the sources sought 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 sources sought. Responders are solely responsible for all expenses associated with responding to this sources sought. Interested sources may contact DLA Aviation for further information. Inquiries should be directed to the Contracting Officer, Andrew Davitt andrew.davitt@dla.mil �at 804-279-1857 or Cell 804-971-6962.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/6c56780ff43141a58acc1bea268967f1/view)
 
Place of Performance
Address: Richmond, VA 23297, USA
Zip Code: 23297
Country: USA
 
Record
SN05714039-F 20200709/200707230156 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.