MODIFICATION
99 -- Request for Information KC135 Boom
- Notice Date
- 6/16/2011
- Notice Type
- Modification/Amendment
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Defense Logistics Agency, DLA Acquisition Locations, DLA Aviation - BSM, 8000 Jefferson Davis Highway, Richmond, Virginia, 23297-5000, United States
- ZIP Code
- 23297-5000
- Solicitation Number
- KC135Boom
- Archive Date
- 7/16/2011
- Point of Contact
- Marie M Harrison, Phone: (804)279-5477
- E-Mail Address
-
marie.harrison@dla.mil
(marie.harrison@dla.mil)
- Small Business Set-Aside
- N/A
- Description
- MARKET RESEARCH REQUEST FOR INFORMATION Defense Logistics Agency AVAIATION PROGRAM OVERVIEW The DLA Aviation is seeking information to conduct market research in order to determine interested and qualified commercial/industry companies to support the KC-135 Boom project. DLA Aviation intends on utilizing commercial industry and their best practices to implement solutions - which assures increased readiness, safety, and efficiency for the KC-135 Boom project. Goals of this Market Research are to find companies with proven track records and/or those that posses the abilities to provide an integrated logistic supply chain management solution by providing increase parts availability, reduce lead-times, reduce costs, and increase boom availability. Contractor would have to manage, operate the supply chain/parts inventory to provide parts as required, to ensure the KC-135 Booms are not delayed. Attached to this request is an initial statement of objectives and a list of parts that will be used on the project. Joint ventures and teaming are encouraged. Scope of Project: Draft Statement of Objectives (SOO) - see Attachment 1. Anticipated Scope: List of parts and NIINs - see Attachment 2. Business Information: Please provide the following business information for your company/institution and for any teaming or joint venture partners: Company/Institute Name: Address: Point of Contact: CAGE Code: Phone Number: E-mail Address: Web Page URL: Size of business pursuant to North American Industry Classification System (NAICS) Code and Size Standard: Market Share (MS) Questions: Are you interested in being considered for this KC-135 Boom contract, as outlined in Attachments 1 for the parts in Attachment 2? How are you qualified to accomplish the objectives in attachment 1, with parts noted in attachment 2 such as management (staff composition and management structure), technical, quality program and financial qualifications? (Provide your qualifications, history, knowledge, skills and abilities to achieve all the objectives in the draft SOO and with the parts in attachment 2). Would you be collaborating or partnering with other companies to carry out the noted objectives in SOO. If so, whom? Are you familiar with overcoming support issues with low value, low volume, nonrecurring demand items? Are you competent with ordering parts from both DLA direct (DLA stocked) support, Customer Direct (DLA direct customer) and commercial sources? Describe your company's management, control and or intention on using any sub-vendors, provide past performance in relation to sub-vendors and subcontracting i.e. Describe your company's capabilities and experience with small business vendor and sub-vendor management. Are you familiar with and can you comply with military packaging and product marking requirements? What type of data systems do you currently utilize and do you see any concerns with integrating your IT systems with other industry partners and Government agencies? Can you process electronic transmissions? How do you intend on managing Critical Safety Items/First Article Testing items/Product Verification Indicate if your company is a small business IAW the NAICS codes and size standard for this initiative. Does your company qualify for the following small business sub-categories:, 8A, HubZone, Service Disabled Veteran Owned Small Business, Women Owned Small Business. If your company is considered a small business under the proposed NAICS codes, do you foresee any impediments in support of this initiative ? What do you envision as the major risk areas of this effort and how would you mitigate them? To the extent applicable, how can we leverage the commercial market most efficiently? What are your company's performance standards and measurement techniques? Are you ISO 9000 compliance? If not, what inspection systems are you using? Are there any major hindrances to your company achieving the outcomes desired in the SOO? What are your predictions on major risk areas or concerns with this project and how might your company alleviate them? Based on the SOO, when do you foresee that your company could obtain supportability for those items that may be out of stock (i.e. 30 days, 60 days, lead time away)? Please provide any additional information you believe is relevant to this initiative. DISCLAIMERS In accordance with FAR 15.201(e), responses to this MR are not offers and cannot be accepted by the Government to form a binding contract. This MS is issued 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 MR or to otherwise pay for information received in response to this MS. All information received in response to this MR that is marked proprietary will be handled accordingly. Responses to the MR will not be returned. Information provided in response to this MR will be used to assess tradeoffs and alternatives available for determining how to proceed in the acquisition process. Responders are solely responsible for all expenses associated with responding to this MR.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCR-BSM/KC135Boom/listing.html)
- Record
- SN02474711-W 20110618/110616234659-e1501f10f4dcaf99c11ed89688d804c7 (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 |