Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 06, 2020 SAM #6825
SOLICITATION NOTICE

16 -- Synopsis of Follow on Captians of Industry Contract

Notice Date
8/4/2020 4:16:06 AM
 
Notice Type
Presolicitation
 
NAICS
336411 — Aircraft Manufacturing
 
Contracting Office
DLA AVIATION AT PHILADELPHIA, PA PHILADELPHIA PA 19111-5098 USA
 
ZIP Code
19111-5098
 
Solicitation Number
SPRPA1-20-R-001U
 
Response Due
8/18/2020 2:00:00 PM
 
Archive Date
09/02/2020
 
Point of Contact
Amy Yeager, Phone: 2157375111, Megan Kelly, Phone: 215 737 2971
 
E-Mail Address
amy.yeager@dla.mil, Megan.Kelly@dla.mil
(amy.yeager@dla.mil, Megan.Kelly@dla.mil)
 
Description
DLA Aviation at Philadelphia will solicit a proposal 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 support of Boeing sole source items.� Additional support includes Integrated Logistics Support (ILS), Repair of Repairables, inventory management, maintenance planning, configuration management, sustaining engineering and repair associated with end items. �� DLA seeks to execute a follow-on contract with a comprehensive and holistic performance-based supply chain management program to support Boeing aviation platforms. The contract anticipates various modes of support including �Performance Based� support with availability metrics for both wholesale and depot retail supply support, stock support of additional items with long term pricing, transactional support for spares requirements, repair of repairables (ROR), engineering support and Integrated Logistic Support. The support is broken down into two areas: direct aviation platform material support and spare parts/material support used in the repair of aviation components at DoD repair depots. For the direct material support, the contractor will be required to fill DoD and FMS customer requisitions for approximately 67,000 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 direct material support will be placed in three separate categories: Stock, Transactional, and Performance Based items. For Performance Based material Boeing will be required to meet supply chain performance based metrics for material availability.� 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). Under a Performance Based contract, the 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. 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, AGM-86, P-8, ICBM Minuteman III Launch Control Center and Launch Facility, KC-46, AH-64 and E-6B. 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 the BCOI contract and 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. Various other Government approved operational sites will eventually be supported by this effort. 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 contractor will be required to provide Depot Level consumables for repair of repairables.� To accommodate the diverse technical requirements of the various platforms, the anticipated award will be completed in increments. The intent is to award each increment within the five (5) year window of the initial award with each increment not exceeding a ten (10) year total term, to afford each effort an optimal period of performance. Each increment is comprised of a base and option periods with different periods of performance (e.g. a five (5) year base and a single five (5) year option or a three (3) year base with one three (3) year option period and an additional four (4) year option period) but none of the individual increments will have a total period of performance exceeding ten (10) years). This strategy will allow for sufficient time for each effort to be defined. As all increments shall be awarded within the first five years of the anticipated follow-on contract, the total period of performance will not exceed fifteen (15) years. The contract will be constructed to allow for the addition of Consumable Parts and Depot Level Repairables (DLRs) to the initial population post-award. Subsequent phases will include material required for support of Depot Level repairs. 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. It is the Government's intent to use an unposted solicitation format to the sole source Original Equipment Manufacturer (OEM); therefore, vendors should notify the Contracting Officer prior to the synopsis closing date.� Surplus dealers and SB dealers with stock on hand are invited to respond to this synopsis. The response should include a completed surplus certificate, DLAD 52.211-9000, Government Surplus Material or adequate traceability documentation to show that the product is acceptable. (Note: Other Aviation sites will provide their equivalent surplus clause, as applicable). In addition, respondents should identify quantity available and price. The government may alter the acquisition strategy if purchase of existing surplus or newly-manufactured inventory is in the best interest of the Government.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/86821550bd1c4afb8ffc8f9d22e117e3/view)
 
Place of Performance
Address: Saint Louis, MO 63166, USA
Zip Code: 63166
Country: USA
 
Record
SN05744553-F 20200806/200804230149 (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.