MODIFICATION
A -- Parts and Repair Ordering System Services
- Notice Date
- 4/6/2004
- Notice Type
- Modification
- Contracting Office
- AFSAC/PK Area C, Bldg 210 1822 Van Patton Drive WPAFB, OH 45433-5337, 45344-5337
- ZIP Code
- 45344-5337
- Solicitation Number
- FA8630-04-R-5063
- Response Due
- 5/5/2004
- Archive Date
- 5/5/2005
- Point of Contact
- Jim Dinwoody,937-257-6636 x4095
- E-Mail Address
-
Email your questions to james.dinwoody@wpafb.af.mil
(james.dinwoody@wpafb.af.mil)
- Small Business Set-Aside
- N/A
- Description
- REQUEST FOR INFORMATION FOR THE PARTS AND REPAIR ORDERING SYSTEM III (PROS III) ACQUISITION EFFORT To: All Prospective Offerors 5 Apr 2004 Subject: Solicitation FA8630-04-R-5063, Request for Information Parts and Repair Ordering System III (PROS III) 1. INTRODUCTION: Our goal is to develop an acquisition strategy that allows us to achieve outstanding performance while significantly reducing our cost of doing business with a manageable level of risk. While we welcome your input throughout the acquisition process, your suggestions and comments will be especially valuable as we develop our acquisition strategy. 2. BACKGROUND: Program Title The Parts and Repair Ordering System II (PROS II) is a service contract managed by the Air Force Security Assistance Center (AFSAC). It is available to satisfy logistics requirements for Foreign Military Sales (FMS) customers. PROS II provides a capability to purchase a wide range of nonstandard and difficult to support standard parts and maintenance services. PROS II also provides a vehicle for contracting for specialized engineering and technical services through task orders. Contract Effort Description The PROS II Program functions much the same as an Air Logistics Center. The contractor is responsible for the purchase of supply items, maintenance services and the management of task orders. The contract is managed by a dedicated program office at AFSAC that oversees the contractor?s performance and monitors the flow of FMS requirements to the contractor. The objectives of PROS II are to provide timely support, competitive pricing, quality service and quality program management to the FMS customer. The PROS II program goal is to provide ?one stop shopping? for the FMS country. The current contract structure consists of indefinite delivery/indefinite quantity (ID/IQ), period of performance Dec 00 ? Dec 05 (3-year base period with 2 one-year options), firm fixed price (fill fees), time and material (task orders), cost reimbursable (pass through subcontractor costs) and award fee. Historical Environment Approximately 75% of current supply actions are one-time only actions. The potential 80 plus users of the contract provide no computation of failure rates. The lack of repeat actions and no provision of failure rate computations makes predicting future requirements impossible. Approximately 75% of current supply actions are non-standard, that is-- not stored, stocked, issued or managed by the US Air Force and usually there is not a National Stock Number (NSN). The standard items with a NSN (remaining 25%) are waived by the USAF for supply action usually due to inability to meet an established need date. However, the managing US DoD source of supply restricts acquisitions to only US DoD approved sources. Approximately 25,000 supply requisitions are issued per year. Approximately 75% of the contract actions are supply with the remainder being maintenance and task orders. Generally orders are for small quantities, no large production runs. Note: See chart one for how the PROS II program process works. SAMIS stands for Security Assistance Management Information System. Developmental Phase PROS III the Follow-on to PROS II We are entering the developmental phase of the follow-on to PROS II. Chart Two Explanation Chart shows PR (purchase request) being offered up to contractors A and B (1) for competitive supply/maintenance fill action. Contractors A and B in competition with each other go to their OEM partners or competitive vendors (2) for quotes. Price and Lead Time (LT) are provided to the USAF by contractors A and B (3) and the USAF then selects the best offer (4). The contractor (A or B) with the best offer receives the order (5) and they issue a contract (6) with the appropriate vendor. Shipment is made as quoted (7) and services charges are paid (8). Winner takes all. The loosing contractor receives no recompense for their efforts unless they win an award to fill an order. Desirable Features Desire competitive environment for the contractor to drive performance. Leverage commercial marketplace for fostering synergistic partnerships with OEMs, online inventory for customer/contractor reference. Desire cost savings ? best available price ? minimizing participation fees Turn around time ? shortest possible lead-time ? lead-time from after receipt of order to shipment. Possible options include, but would not be limited to, multiple award and other Governmental agencies receiving orders with respect to contractor B. Goal Design mission support strategies that obtain higher levels of contractor performance, foster synergistic partnerships, accommodate changing or unforeseen mission needs, and leverage commercial best practices. We are soliciting comments from industry on the attached approach (chart two) with regard to feasibility, suggested incentives and interest in PROS III participation. 3. This RFI is issued for information and planning purposes only and does not constitute a solicitation. The RFI shall not be construed as an obligation on the part of the Government to acquire any products or services. The Government does not intend to award a contract on the basis of this RFI and all information shall be made available at not cost to the Government. Responses to the RFI will not be returned. 4. If you are interested in this effort, please provide comments and any additional information to this office (Attn: Jim Dinwoody) by COB 30 April 2004. Point of contact is Jim Dinwoody, Contract Negotiator at (937) 257-6636 x4095. For more information on 04R5063--Parts and Repair Ordering System Services please refer to http://www.pixs.wpafb.af.mil/pixslibr/04R5063/04R5063.asp
- Web Link
-
04R5063-Parts and Repair Ordering System Services
(http://www.pixs.wpafb.af.mil/pixslibr/04R5063/04R5063.asp)
- Place of Performance
- Address: AFSAC/PK Area C, Bldg 210 1822 Van Patton Drive WPAFB, OH 45433-5337
- Zip Code: 45433
- Country: USA
- Zip Code: 45433
- Record
- SN00560832-W 20040408/040406212028 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |