Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 24, 2020 SAM #6904
SOURCES SOUGHT

15 -- A-10 PBL Project

Notice Date
10/22/2020 7:23:03 AM
 
Notice Type
Sources Sought
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
DLA AVIATION RICHMOND VA 23297 USA
 
ZIP Code
23297
 
Solicitation Number
A_10_PBL_Project
 
Response Due
11/21/2020 11:00:00 AM
 
Archive Date
12/06/2020
 
Point of Contact
Paula Baker, Ryan Finan
 
E-Mail Address
paula.baker@dla.mil, ryan.finan@dla.mil
(paula.baker@dla.mil, ryan.finan@dla.mil)
 
Description
DISCLAIMER:� The Government does not intend to award a contract on the basis of this Sources Sought Notice.� As stated in Federal Acquisition Regulation (FAR) 15.201�, response to this notice are not offers, and shall not be accepted by the Government to form a binding contract. Synopsis: Sources Sought Notice is issued as a means of conducting market research to determine if any companies are capable of providing Performance Based Long Term Contract support for the A-10 Platform for all the items attached. The A-10 is a single-seat, twin turbofan engine, straight wing jet aircraft developed by Fairchild-Republic (now owned by Northrop Grumman) for the USAF.� The proposed contract action is for a Performance Based Long Term Contract support for the A-10 Platform for all the items attached for which the Government may solicit and negotiate with only one source under authority of FAR 6.302.� Interested persons may identify their interest and capability to respond to the requirement.� This notice of intent is not a request for competitive proposals.� However, all responses received by the synopsis response date will be considered by the Government. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government.� Information received will normally be considered solely for the purpose of determining whether to conduct a sole source or competitive procurement. PURPOSE:� The Government desires a Performance Based Long Term Contract provider to enter into a partnership to include supply support, demand/planning forecasting, material management, engineering support and sustainment elements, packaging, storage/warehousing, reliability improvements, and field customer service/engineering support of the A-10 Airframe manufactured by Northrop Grumman, and the associated A-10 Bill of Materials (BOM) of DLA managed consumable parts attached to support United States Air Force (USAF) customers.� The contract is anticipated to be Requirements-type, Firm Fixed Price Contract, with a five-year base period, and 1, five-year option period. OBJECTIVES:� The overarching objectives of this acquisition are to: (1) decrease A-10 Airframe repair delays due to outstanding consumable requirements, and fill requisitions within material availability priorities; and (2) accelerate the airframe repair turnaround time through enhanced material availability.� In order to meet these objectives, the contractor must have the ability to drive changes into the weapons system configuration and, more importantly, understand, analyze, and assess the implications�both in terms of performance and operational usage�of any potential configuration change.� 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 utilizing a Performance Based Long Term Contract process that pushes material into the DLA system to satisfy demands while significantly reducing DLA�s inventory investment and / or provides material directly to the end user. The contractor shall be responsible for forecasting, acquiring, stocking, and fulfilling requirements via its commercial operation/facility utilized to meet contract requirements.� In addition to filling material requirements, the contractor is required to make recommendations for Engineering Change Proposals (ECPs) along with being responsible for obsolescence management and mitigating Diminishing Manufacturing Source (DMSMS) challenges for the A-10 Bill of Materials (BOM). Performance metrics associated with this acquisition may be tied to local DLA-A Aviation and DLA (worldwide customers) material availability. Small business participation will also be a metric.� Reliability improvements, and backorder management are also potential metrics.� �� The contract will allow for an expansion of support based on developing and evolving A-10 Airframe requirements from DLA and/or USAF. RESPONSES:� ��The Government requires that only non-proprietary information be submitted in response to this Sources Sought Notice.� The Government shall not be liable for or suffer any consequential damages for the use of any proprietary information submitted.� �Responses are required by no later than 21 November 2020. �Reponses must include the following information: Company Name Address CAGE Code Point of Contact Phone Email Web page URL, if available Small business type or category you represent, if applicable. Identify as a U.S. or Foreign Owned Entity Indicate whether your interest is a prime contractor or as a subcontractor Respondents must address: Their capability to satisfy all objectives listed above, to include a description of the extent and content of prior experience on PBL efforts that are similar in nature and scope and, Willingness to provide upfront pricing for full term of contract (10 years) and, Capability to support all parts in the attached list. SUBMISSION OF INFORMATION:� Responses to this Sources Sought Notice must be readable by Microsoft Office or Adobe software.� Responses to this Sources Sought Notice shall be unclassified and not exceed 20 pages in length.� Please note:� emails containing file types such as .zip, .xlsx, docx, or other macro-enabled extension, may not be delivered to the intended recipient.� All responses and questions under this Sources Sought Notice must be transmitted electronically to Mr. Ryan Finan at Ryan.Finan@dla.mil and Ms. Paula Baker at Paula.Baker@dla.mil. Prior to the response date, if necessary, potential respondents may request clarification by email.� Significant responses to a potential respondent�s request for clarification will be posted to FedBizOpps under this Sources Sought Notice.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/e8fcee07dd264e21806ddf9aaf9c6629/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN05836505-F 20201024/201022230144 (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.