Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 30, 2013 FBO #4358
SOLICITATION NOTICE

25 -- Integrated Logistics Partnership (formerly Customer Pay)

Notice Date
10/28/2013
 
Notice Type
Presolicitation
 
NAICS
336120 — Heavy Duty Truck Manufacturing
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, DLA Land and Maritime - BSM, P O Box 3990, Columbus, Ohio, 43216-5000, United States
 
ZIP Code
43216-5000
 
Solicitation Number
SPM7MX-13-R-0181
 
Archive Date
11/27/2013
 
Point of Contact
Brandy Warner, Phone: 614-692-5024, Kreston L Harris, Phone: 614-692-4680
 
E-Mail Address
brandy.warner@dla.mil, kreston.harris@dla.mil
(brandy.warner@dla.mil, kreston.harris@dla.mil)
 
Small Business Set-Aside
N/A
 
Description
DLA Land and Maritime is issuing a solicitation in support of HMMWV Industrial Based Production Programs. The current ILP contract expires January 18, 2014. This is a follow on contract to continue full support at Red River Army Depot (RRAD) with a limited support and Letterkenny Army Depot (LEAD). This contract will be a Requirements Type Contract estimated to be from January 19, 2014 through September 30, 2014. At the end of the contract term, the Government reserves the right to extend the contract in increments of 30 days for transitioning to organic support. While the contract may be extended more than once, the total extension of performance shall not exceed six (6) months. The awardee will function as a Prime Services Integrator (PSI ) for three separately described but integrated services required to effectively and efficiently support the HMMWV industrial production programs: 1) Repair parts, components and kits support to accomplish the required repairs and upgrades; 2) Technical support to apply best manufacturing and repair practices to any Full or Tailored Implementation Sites, currently RRAD which is a full implementation site and LEAD which is a tailored site; and 3) Operation of a dual supply system for replenishing (i.e. "pushing") the required parts using proven just-in-time supply practices. A part of this program, the Contractor is required to requisition the parts specified in Section B as Government 1st Sourced from DLA on a "fill or pass" basis to satisfy their forecasted inventory requirements. Each part/NSN provided under this contract has a primary source assignment- either Gov't. 1st Source (all parts on the contract that are not sole source to AMG items) or AMG 1st Source (all AMG sole source items. The dual supply system is activated if Gov't 1st source parts are not available because DLA does not have inventory available to support the quantities required. Only under these circumstances, will Contractor be authorized to procure these parts from an outside source up to the requisitioned requirement and provide them to the Government at the agreed to prices as listed on the attached Parts Price list in Section B. The dual system of supply is an emergency safety measure to prevent stock-outs (parts not available when the mechanic reaches for it) or in some cases a Production Shut Down/Line Stopper and is not the normal course of action. This dual supply system requires the contractor to price every item being supplied under this contract and to have the capability to supply Government first sourced parts with little or no lead time. The measurable goal of acquiring these parts and services is to produce a better product to the field, faster and at a lower cost. The Statutory Authority permitting Other Than Full and Open Competition for this action is 10 U.S.C. 2304(c)(1) as cited in FAR 6.302-1. It has been determined by the Defense Logistics Agency (DLA) that AM General LLC, 105 Niles Avenue, South Bend, IN 46617, as the developer and sole manufacturer of the HMMWV, is the only firm with the technical expertise and in-place logistics system necessary to meet the requirements of this solicitation. In an effort to provide maximum opportunities for small businesses, women-owned small businesses, small disadvantaged businesses; DLA would continue to serve as the first source of supply for all parts on the contract that are not sole source to AM General. This acquisition is for a requirements type contract to include functional support services as well as parts support for any HMMWV part for any HMMWV variant, both current and future. The initial population of items to be priced is approximately 2856 items in support of the Army industrial based production programs at RRAD and LEAD. Additional parts may be added as needed. The schedule of supplies for these approximate 2,856 items will be provided as an attachment to the solicitation. The contractor shall provide functional support services for items on the contract. This will include: (1) Supply of proprietary and non-proprietary items (2) Management of inventory (3) Forecasting customer requirements and "pushing" supplies to the production line (4) System engineering and technical support (5) Synchronize supply distribution to meet depot and operational requirements (6) Rapid response manufacturing for priority requirements (7) Kitting of identified items as required (8) Recommend improvements to maximize production line efficiency The contractor will store and maintain title to contractor owned inventory until the point of consumption by the customer. The stock will be held at either Government locations or Contractor warehouses near depot production sites, currently at RRAD and LEAD. As the contractor will maintain ownership of the stock until consumption, the contractor will be responsible for maintaining a discrete level of safety stock suitable to prevent stock outs. The contractor will have visibility of stock attrition to effectively plan and ramp up and forecast the requirements. The contractor will also store, manage, and forecast inventory for Government sourced parts, with the Government retaining title to the inventory until point of consumption. This procurement will be made on an All or None basis to streamline processes. This will also help to ensure award is made to a sole qualified contractor with experience and capability providing these parts and to serve as a complete prime system integrator. It is again important to note that the demands supported by this procurement are over and above "normal" operational requirements. Solicitations will be issued upon request. Place of performance will be Red River Army Depot; Letterkenny Army Depot
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCC-BSM/SPM7MX-13-R-0181/listing.html)
 
Place of Performance
Address: Defense Logistics Agency, DLA Land and Maritime, P O Box 3990, Columbus, Ohio, 43218, United States
Zip Code: 43218
 
Record
SN03223100-W 20131030/131028233627-3d64080e71bbe1d3133393db86a2cf35 (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.