Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 25, 2008 FBO #2372
SOURCES SOUGHT

16 -- Request for Sources, KC-135 ILP

Notice Date
5/23/2008
 
Notice Type
Sources Sought
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, Defense Supply Center Richmond, 8000 Jefferson Davis Highway, Richmond, Virginia, 23297-5000
 
ZIP Code
23297-5000
 
Solicitation Number
08R2008
 
Point of Contact
Cynthia J. Sumner,, Phone: (804) 279-5820
 
E-Mail Address
Cynthia.Sumner@dla.mil
 
Small Business Set-Aside
N/A
 
Description
Request for Information The Defense Logistics Agency (DLA) / Defense Supply Center Richmond (DSCR) is exploring an effort to implement an Integrated Logistics Partnership (ILP) Performance Based Logistics (PBL) contract that increases supportability of the KC-135 Flight Control Overhaul Program (KC-135 Overhaul) at OC-ALC, Oklahoma City Air Logistics Center, Tinker Air Force Base. This ILP establishes a contractual partnership for parts and services with a third party, private sector supplier of goods and services, hereafter known as the “ILP Contractor” and the government. The ILP Contractor will be responsible for providing spare parts and services for the KC-135 Flight Control Overhaul Program to OC-ALC on a daily basis while being co-located with OC-ALC. The ILP Contractor will coordinate and synchronize logistics and production processes to provide a predictable and reliable supply of items to meet normal, increased, and contingency (surge and sustainment) maintenance requirements. Sources are sought for a potential, initial 5 year program (single award) that will provide third party support for the KC-135 Flight Control Overhaul Program at Tinker Air Force Base. The prospective ILP Contractor will act as the single point of contact for all KC-135 Flight Control Overhaul Program parts. Outcomes will lead to increased operational availability, improved operational reliability, reduced logistics response time, and reduced cost per overhaul. An estimated 2500-2800 NSNs may be covered under this initiative with the possibility for additional NSNs after contract award. An initial list of NSNs is available at the website listed below under ILP KC-135 NSNs. However, items to be included in this effort may not be limited to those identified in this notice. The anticipated scope of services is: Procurement/purchasing – Order parts from DLA If not available, purchase parts from OEM or other approved suppliers. Inventory management/storage/warehousing – The ILP Partner will maintain a separate warehouse in the area of Tinker AFB. Provide storage and warehousing of all required NSNs. Required to fill the KC-135 Overhaul bins at Tinker AFB. Expedite parts when necessary Forecasting collaboration with OC-ALC – Forecast future requirements/demand patterns. Zero Stock outs – 100% Stock Availability of all NSNs/parts No lost production man-hours A Continuous flow of parts Flexibility for program changes Technical support on drawing revisions and configuration issues Conduct engineering assessment and drawing reviews. Ensure drawings and Mylars are available to DLA Provide engineering support services and improve overall technical and engineering processes. SUMMARY This sources sought is being issued to gauge the industry capability to support the KC-135 Flight Control Overhaul Program, in a manner that includes all of the services identified above. In addition we are interested in sources capable of providing discreet elements of the services to gauge potential subcontracting opportunities and to consider whether efficiencies could be gained from multiple providers. We are also interested in determining socioeconomic status of the industry base for this type of initiative. All respondents are requested to indicate their business size status under the proposed NAICS code (336413) and whether or not their company qualifies in any sub-category (i.e. 8(a), HUBZone, SDVOSB, WOSB). This initiative is still in the initial phase of market research. Therefore, respondents should not include quotations, offers or proposals, as they will not be considered at this time. Please send your notice of interest and capabilities to support this initiative to Cynthia Sumner, Acquisition Specialist, Email cynthia.sumner@dla.mil no later than June 6, 2008, 2:00 pm eastern time. This notice and a primarily list of NSNs is available at the following website at http://www.dscr.dla.mil/UserWeb/FAGA/index.html, under “Specialized Support” click on “KC-135 Overhaul”. DISCLAIMER: In accordance with FAR 15.201(c), responses to this sources sought are not offers and cannot be accepted by the Government to form a binding contract. This sources sought is for information and planning purposes only and does not constitute a solicitation. The Government does not intend to award a contract on the basis of this Request for Information or otherwise pay for information received in response to this notice. Any information received in response to this sources sought will not be returned. Respondents are solely responsible for all expenses associated with responding to this notice.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=6a37fa88248cce7fa1763f98eae17b95&tab=core&_cview=1)
 
Record
SN01580237-W 20080525/080523215538-6a37fa88248cce7fa1763f98eae17b95 (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.