Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 09, 2013 FBO #4337
SOLICITATION NOTICE

16 -- Boeing Performance Based Support Contract - Boeing Attachment

Notice Date
10/7/2013
 
Notice Type
Presolicitation
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, NAVSUP Weapon Systems Support Philadelphia PA, 700 Robbins Ave., Code 025, Philadelphia, Pennsylvania, 19111-5098, United States
 
ZIP Code
19111-5098
 
Solicitation Number
SPRPA113R003U
 
Archive Date
11/6/2013
 
Point of Contact
David Gioia, Phone: 2156973189, Timothy Durepo, Phone: 2156974339
 
E-Mail Address
david.gioia@dla.mil, timothy.durepo@dla.mil
(david.gioia@dla.mil, timothy.durepo@dla.mil)
 
Small Business Set-Aside
N/A
 
Description
Boeing Attachment DLA Aviation at Philadelphia will solicit a proposal for the acquisition of performance based support, as follows - logistics management, which includes wholesale supply support, depot-level consumable support, material management, engineering support and sustainment elements, packaging, storage, reliability improvements, and field engineering support of Boeing sole source items. DLA seeks to execute a comprehensive and holistic performance based supply chain management program to support Boeing aviation platforms. The support is broken down into two areas: direct aviation platform material support and spare parts/material support used in the repair of aviation components at DoD repair depots. For the direct material support, the contractor will be required to fill DoD and FMS customer requisitions for approximately 56,000 Boeing sole source National Stock Numbers (NSNs). The NSNs are comprised of both consumable and depot level repair material. Actual Depot Level Repairable spares will be added subsequently. The contractor will be required to meet supply chain performance based metrics for material availability for approximately 4,600 NSNs. The performance metrics will be based on the level of demand for the individual NSN. For the depot support, the contractor will be required to fill material requirements to facilitate repair in Government repair depots supporting Boeing aviation platforms. The contractor will be required to fill all material requirements emanating from individual component repair bill of materials (RBOMs) at DoD repair depots for Boeing aviation platforms. In addition to filling the RBOM requirements, the contractor is expected to make recommendations for Engineering Change Proposals (ECPs). Additionally, the contractor will be required to aggregate all material requirements, i.e. production, repair, allowances, in order to leverage the best value for material support. This contract will support various aircraft programs including but not limited to AV-8B, C-17, CH-47, F/A-18, F-15, KC-135, B-52, B-1, E-3, AGM-84 and AGM-86. The contractor will be paid based on the aggregate demands or other appropriate measurements of usage of the specific weapon systems. The items that will be included in this contract are currently procured under various contracts with the DLA. The contract will also include necessary support of Foreign Military Sales (FMS) customers. The anticipated Contract will be strategic in nature and will be the primary vehicle for procurement of a wide range of supplies and Depot support including but not limited to platforms located at Warner Robins Air Logistics Center and Oklahoma City Air Logistics center. Various other Government approved operational sites will eventually be supported by this effort. The contractor will be required to deliver their supplies to Government wholesale and retail supply points both CONUS and OCONUS within specified time windows. The contractor will be required to provide Depot Level consumables for repair of repairables, however actual repair of items is not included in this requirement. Performance will include a five year base period with one five year option to extend the contract for a total performance period of ten years. The Boeing Company is the current sole source for this requirement. Boeing is the original equipment manufacturer (OEM) of these items with design control, authorization, and documentation to manufacture. Boeing owns the limited data rights to these items. The Government does not have the drawings or complete data packages. However, some limited demand data is available upon request. Under a Performance Based contract, a Contractor will carry out logistics functions for the specified items while meeting daily Services demand requirements (i.e., filling various Services requisitions) within a specified response time to CONUS and OCONUS destinations. DLA requires strategies that would include partnering with Government entities such as Organic Depots. Performance Based functions will include: demand forecasting, inventory management, warehousing, configuration management, obsolescence management, training, and sustaining engineering/ maintaining reliability. There are approximately 56,000 consumable items to be covered by this contract with approximately 4,600 to be maintained under Performance Based criteria to include an availability metric, with flexibility/processes to add more items including DLRs as requirements dictate. Items not covered by the Performance Based metric will be handled as stock items at full lead times. The contract will be constructed to allow for the addition of Consumable Parts and Depot Level Repairables (DLRs) to the initial population post-award. Subsequent phases will include material required for support of Depot Level repairs. A full list of NIINs and the respective FSCs is attached.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00383/SPRPA113R003U/listing.html)
 
Record
SN03212485-W 20131009/131007233917-ae9fbe7e4ac465116fae5dcfda4f85b0 (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.