Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 14, 2008 FBO #2361
SOLICITATION NOTICE

41 -- ACS-PBL

Notice Date
5/12/2008
 
Notice Type
Modification/Amendment
 
NAICS
339999 — All Other Miscellaneous Manufacturing
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, Defense Supply Center Columbus, Defense Logistics Agency, Acquisition Management, Defense Supply Center Columbus, P O Box 3990, Columbus, OH, 43218-3990, UNITED STATES
 
ZIP Code
43218-3990
 
Solicitation Number
IQC08070009018
 
Response Due
6/9/2008
 
Point of Contact
Laurie D Gambert,, Phone: 614-692-7063
 
E-Mail Address
laurie.gambert@dscc.dla.mil
 
Small Business Set-Aside
N/A
 
Description
Air Conditioning Systems - Performance Based Logistics (ACS-PBL) Initiative. The Defense Logistics Agency's PBL initiative is in support of Air Conditioning Plant Systems located on CVN 68-75, CVN 76 & 77 and planned for the CVN 78 Aircraft Carriers, located worldwide. See website: www.dscc.dla.mil/programs/ACSPBL/index.html All updates and information concerning this project will be posted to website: www.dscc.dla.mil/programs/acspbl/index.html. The closing of this RFI will be on Monday June 9, 2008. Air Condition Plant Systems, Performance Based Logistics Initiative ACPS ? PBL, Request for Information (RFI) Request for Information: This announcement constitutes an official Request for Information (RFI) only, as defined in FAR 15.201(e). Intent is to identify market interest and solicit recommendations as how best to define requirements for a full service Performance Based Logistics (PBL) solicitation/contract in support of Air Conditioning Plant Systems located on CVN 68 - 75 and CVN 76, 77 & 78 Class Aircraft Carriers. A future solicitation/contract would provide total support and management services in support of Aircraft Carriers located worldwide. This is not a Request for Proposal (RFP) or an Invitation for Bid (IFB), nor is it to be construed as a commitment by the Government. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Background: DSCC is the lead DLA center for maritime weapon systems. DSCC is responsible for providing the Navy with the highest level of support, worldwide. It is DLA?s goal to provide the best value to our military customer while reducing costs and improving efficiencies. To meet our goals and future customer challenges, DSCC is continuing to benchmark with the private sector to determine which industry practices can be adopted to support the requirements of the Navy. DSCC, in working with the Navy, has determined that a performance based contract would effectively support the warfighter. Further review of the Navy PBL guide can be located at www.dscc.dla.mil/programs/acps/index.html. Description of Need: DSCC- Maritime is soliciting information from industry in regards to comprehensive support and responsibilities for the Air Conditioning Plant Systems located on CVN 68 - 75 and CVN 76, 77 & 78 Class Aircraft Carriers. The purpose of this RFI is to determine suitability of the commercial marketplace to meet the Statement of Objectives (SOO), Enclosure 1, to assess current industry experience and capabilities, and to support the possibility of a full and open competition requirement to satisfy objectives identified in the SOO. DSCC- Maritime intends to use information resulting from the RFI responses to aid in refining its acquisition strategy, budgeting assumptions, and performance specifications to be included in the RFP. Objectives: DSCC ? Maritime will utilize a full service PBL contract to enhance support of the Air Conditioning Plant Systems. The overarching objective is to reduce cost without degrading current system readiness and reliability. DSCC will capture industry?s cost estimates for requirements that are listed in the SOO. Addressing elements, which are described in the SOO, is essential in the RFI responses. The Government contemplates possibly issuing a solicitation under FAR Part 15, that may result in a fixed price contract lasting10 ? years (2 year base with 8, one ? year options). Estimated award date is 4th quarter FY 09. Based on the results of a business case ?best value? analysis, DSCC ? Maritime, may elect to solicit/award by Contract Line Item Numbers (CLINs) to single or multiple vendors. Prospective vendors may respond to individual or all CLIN?s. Responses: Written response to this RFI shall be limited to 25 pages, single space. If material provided contains proprietary information, please mark and identify disposition instructions (submitted data will not be returned). Response should include, but is not limited to the following: (A)Company History: A one page history to include; Small Business Administration (SBA) size classification; major products; and primary customer base. Additionally RFI responders should provide examples of past experience that would warrant the Government?s consideration of the company as a prospective contractor for maintenance, supply support, training and all other services listed in the SOO. (B)Metrics: Metrics recommended and methods to create and maintain a metrics database, for monitoring the performance of each functional area of the contract. Also discuss how metrics can be used to promote an incentive/disincentive based contract award structure. (C)Additional Information: Technical or otherwise, the company deems necessary to aid the government in making an informed assessment of the suitability of the commercial marketplace to accomplish sustainment of the subject AC plants. The technical responses should address elements in the SOO. (D)Cost: Vendor should provide a Rough Order Magnitude (ROM) for elements addressed in the SOO. Submission Information: RFI responses shall be submitted no later than June 9, 2008 to DSCC ? Maritime, Attn: FMGA (Laurie Gambert), ACS-PBL, 3990 East Broad St., Columbus OH 43218-3990. Electronic responses are preferred and should be submitted to DSCC.ACSPBL@dla.mil. Additional Information: There is no commitment by the Government to issue a solicitation, make an award or awards, or to be responsible for any monies expended by industry responses to this RFI. If a solicitation is released, it will be synopsized in the Federal Business Opportunities website located at http://www.fbo.gov/. All information received in response to this RFI that is marked Proprietary will be handled accordingly. Responses to the RFI will not be returned. 1 Attachment - SOO (see website: www.dscc.dla.mil/programs/ACSPBL/index.html)
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=9ae76e81b17dfad84261b42b45a32359&tab=core&_cview=1)
 
Place of Performance
Address: Worldwide, Updates and all information concering this project see website www.dscc.dla.mil/programs/acspbl/index.html, United States
 
Record
SN01571523-W 20080514/080512220556-9ae76e81b17dfad84261b42b45a32359 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.