Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 21, 2024 SAM #8303
SOLICITATION NOTICE

15 -- Performance Based Support (PB Follow-On) Consumable Item Requirements � Solicitation SPRPA1-23-R-001U-001

Notice Date
8/19/2024 7:24:49 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336411 — Aircraft Manufacturing
 
Contracting Office
DLA AVIATION AT PHILADELPHIA, PA PHILADELPHIA PA 19111-5098 USA
 
ZIP Code
19111-5098
 
Solicitation Number
SPRPA1-23-R-001U-002
 
Response Due
8/23/2024 1:00:00 PM
 
Archive Date
08/23/2024
 
Point of Contact
Nathanael Swamy, Phone: 2157370532
 
E-Mail Address
nathanael.1.swamy@dla.mil
(nathanael.1.swamy@dla.mil)
 
Description
DLA intends to exercise the follow-on Contract for the PB Requirement, which includes various platform ( AV-8B, C-17, CH-47, FAV-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).� Under the BCOI contract the contractor will provide following: 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. The anticipated option will be awarded by DLA Aviation Philadelphia against the Boeing Captains of Industry (BCOI) contract, SPRPA1-22-D-001U with The Boeing Company, Cage Code 0PXV4, located in Saint Louis, MO, under the authority of FAR 6.302-1. The BCOI contract is strategic in nature and will be the primary vehicle for the direct material support. Boeing will be required to fill DoD customer requisitions for the Stock Numbers in the market basket (NSNs). The total period of performance of the BCOI contract SPRPA1-22-D-001U��is ten years. �This effort being synopsized for the three (3) year base period. �The base period is expected to begin on 17 September 2024 through 16 September 2027.� The seven remaining option years will be synopsized at a later date. � The anticipated contract is planned as a Fixed Price Incentive Fee action against the Boeing Captains of Industry (BCOI) contract, which is strategic in nature and will be the primary vehicle for this intended procurement effort. For the direct material support, the contractor will be required to meet supply chain performance based on metrics for material availability and order response time to approximately 5,170 NSNs. The performance metrics will be based on the level of demand for the individual NSN. Due to the age of the system, 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 functions will include: demand forecasting; inventory management; warehousing; supply chain engineering support; training; material support and availability; process improvements; and field service representative. Flexibility to add more items is necessary as requirements dictate. A full list of NIINs is attached. Any entity interested in providing some of the required products but cannot provide the required Performance Based outcome may be afforded an opportunity to partner with the prime contractor, Boeing, or participate as a subcontractor. Please provide any anticipated teaming arrangements, along with a description of similar support offered to the Government and to commercial customers for 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. Entities seeking to become an approved source of supply for any of the items covered by this notice should note that the time required for approval of a new source is normally such that an award cannot be delayed pending approval of a new source. Sources that are not approved for manufacture of these items must obtain source approval form the Government. Please note that if the evaluation of source approval requirements precludes the ability to obtain subject items in time to meet Government requirements, award of the subject requirement may continue based on support needs. Any responses to this SSN should include responses to the following: A one page company profile to include Company name, address, point of contact (including telephone number and email address), 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. A description of your company�s past experience and performance of similar contracts for aircraft depot supply support maintenance including whether any of the contracts have CPARs rating. Specify whether you are qualified to manufacture any of the components listed in this announcement or similar systems/components. Then if so, by whom are you qualified and for what system/component? This description shall address and demonstrate, through prior and/or current experience, an understanding of aircraft system/component procurement and if applicable, planned aircraft depot maintenance. What quality control measures do you currently have in place (ISO 9000, 9001, AS9100, NADCAP (National Aerospace and Defense Contractors Accreditation Program))? Describe your experience with Government Source Inspection, Critical Safety Items, and other OSHA standards. A summary of your company�s capability and approach to meet the system/component/supply chain performance based management requirements identified in the attachment to this announcement. Any other information your company deems necessary to aid the Government in refining its acquisition strategy and assessing your company�s capability. To be considered, please submit detailed technical data on order for the government to conduct a comprehensive evaluation of your product or capabilities to ensure compatibility with the existing systems. 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 SSN OR TO OTHERWISE PAY FOR THE INFORMATION SOLICITED. This SSN is issued for information and planning purposes only and does not constitute a solicitation. All information received in response to this SSN that is marked Proprietary or Competition Sensitive will be handled accordingly. Responses to the SSN 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 notice. Responders are solely responsible for all expenses associated with responding to this notice. It is the Government�s intent to use a letter solicitation format to the sole source Original Equipment Manufacturer (OEM); therefore, if any non-OEM source is interested in any of the NSNs, please notify the Contracting Officer prior to the synopsis closing date. Surplus dealers are also 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). Responses to this announcement from other than the OEM should identify items of interest and include evidence of ability to supply the items for the contract period as identified. In addition, respondents should identify the quantity available and price. A copy of the letter of interest should be forwarded to the contracting officer identified herein and SBA PCR (Steven.Powell@sba.gov). The Government may alter the acquisition strategy if purchase of existing surplus or newly manufactured inventory is in the best interest of the Government. Interested sources should respond by August 23, 2024, at 2PM EST. Inquiries and responses
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/4bdb159a143e4b8d9c770d7d04308abd/view)
 
Place of Performance
Address: Saint Louis, MO, USA
Country: USA
 
Record
SN07176043-F 20240821/240819230117 (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.