SOLICITATION NOTICE
10 -- Close-In-Weapon-System (CIWS) and Rolling Airframe Missile (RAM) Performance Based Logistics
- Notice Date
- 8/8/2005
- Notice Type
- Solicitation Notice
- Contracting Office
- N00104 NAVICP 5450 Carlisle Pike PO Box 2020 Mechanicsburg, PA
- ZIP Code
- 00000
- Solicitation Number
- N00104-05-Q-L001
- Response Due
- 9/23/2005
- Archive Date
- 10/24/2005
- Description
- This synopsis describes the proposed 5-year base acquisition of the Phalanx Close-In-Weapon-System (CIWS) and Rolling Airframe Missile (RAM) Guided Missile Launching System (GMLS) system for which NAVICP plans to establish and operate a full Performance Based Logistics (PBL) Program covering approximately 1,300 CIWS spare and repair items and 135 RAM GMLS spare and repair items. No option periods apply The award of this proposed fixed price award fee requirements contract would replace the current PBL requirements contract, N00104-00-D-ZD21, with Raytheon Company, Missile Systems Division (RMS) for the CIWS only, with an expiration 28 Jun 2005. A six-month option has been processed to act as a bridge and provide for continued, uninterrupted PBL coverage until the anticipated award of this current, follow-on solicitation in late Dec 2005. Raytheon shall again function as the Government?s Commercial Stock Point for these spares including the performance of inventory management functions including, but not limited to, receiving, shipping, tracking, warehousing, reporting and scheduling. Raytheon will be responsible for fleet requisition support to the U.S. Navy, Coast Guard (CG) and all Foreign Military Sales (FMS) customers with or without Cooperative Logistics Supply Support Agreements (CLSSA). Under the proposed CIWS/RAM PBL requirements contract to be awarded, RMS will be obligated to perform to metrics such as the following metrics or similar metrics. RMS will be required to sustain and maintain the established, current Supply Material Availability (SMA) goal of 92% and comply with various established requisition response time standards for RMS? deliveries by either its own contract carrier (FOB-Dest) for CONUS or the government?s Smart Transportation System (STS) for OCONUS. CASREP/Issue Priority Group I requisitions shall be delivered to CONUS addresses at a standard of 67 hours and to OCONUS ports of entry at a 24 hour standard while simultaneously reducing overall support costs. Median backorder age reduction is a third metric and the current standard of 60 days shall be reduced by 10% per year for the 5-year period. These metrics in addition to small business management initiatives are weighted as award fee evaluation factors for performance above the ! standards and incentivization from an award fee pool. The fixed price portion shall be decremented for sub-standard performance. NAVICP-M is currently processing a corporate solicitation with Raytheon Corporation with a scheduled award in November 2005 that provides the standard terms, provisions and conditions for the establishment and operation of a corporate PBL program under an eight year term requirements contract for various sole source, Raytheon-manufactured weapon systems, including the CIWS and RAM. Synopsis of the corporate PBL solicitation occurred 10 March 2004 via Navy Electronic Commerce Online and specifically cited these systems. Each system, including the CIWS, is also separately clinned in the corporate solicitation. The corporate PBL contract?s goal is a flexible, streamlined PBL process between the Navy and Raytheon that would leverage heavily on standardization of terms and conditions for all systems to reduce administrative lead-time (ALT) /cycle time, process variation(s) and cost. Following award of the corporate PBL, the CIWS and RAM will be awarded via contract modificat! ion or delivery order to/under the corporate PBL citing the unique, essential requirements applicable to both weapon systems. Alternatively, the proposed CIWS/RAM PBL may be awarded as a stand-alone contract. CIWS and RAM pricing will be on a fixed price basis as noted. RMS? final proposal for both weapons systems must demonstrate a savings compared to Navy support costs as determined by an independent cost benefit analysis.
- Record
- SN00864812-W 20050810/050808212414 (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 |