Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 06, 2014 FBO #4516
SOLICITATION NOTICE

99 -- Raytheon EPBL

Notice Date
4/4/2014
 
Notice Type
Presolicitation
 
NAICS
334510 — Electromedical and Electrotherapeutic Apparatus Manufacturing
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, DLA Land and Maritime, P O Box 3990, Columbus, Ohio, 43218-3990, United States
 
ZIP Code
43218-3990
 
Solicitation Number
SPMRAY14R0001
 
Point of Contact
Patricia Snyder, Phone: 6146921127
 
E-Mail Address
patty.snyder@dla.mil
(patty.snyder@dla.mil)
 
Small Business Set-Aside
N/A
 
Description
Action Code: P=Presolicitation Classification Code: 99 NAICS Code: 3345 Title: Raytheon EPBL Solicitation Issue Date: April 25, 2014 Response Date: May 27, 2014 Primary Point of Contact: Patty Snyder Solicitation Number: SPMRAY-14-R-0001 Description: Raytheon Enterprise PBL DLA Land and Maritime will issue a solicitation in support of Raytheon sole source depot level repairable (DLR) and related consumables. This plan describes the Defense Logistics Agency's proposed acquisition plan and strategy for the negotiation and award of a long term Indefinite Delivery-Indefinite Quantity (IDIQ) type contract on sole-source Depot Level Repairable (DLR) and consumable items manufactured by The Raytheon Company, 350 Lowell Street Andover, Massachusetts. The acquisition will cover the following Raytheon Contractor and Government Entity (CAGE) Codes: 05716; 15090; 37695; 96214; 072E5; 2M191; 38150; 4U884; 7Y193; 00724; 06845; 49956; 5D832; and 9F358. Per FAR 16.504(b), a n indefinite-quantity contract provides for an indefinite quantity, within stated limits, of supplies or services during a fixed period. The Government places orders for individual requirements. Quantity limits may be stated as number of units or as dollar values. During the initial phase, this contract will be a Firm Fixed supply contract with incentives. Follow-on phases may expand the support to include wholesale supply and logistics support, inventory management, maintenance planning, configuration management and sustaining engineering associated with these end items. As explained in more detail herein, future phases may include wholesale supply and logistics support, inventory management, maintenance planning, reliability improvement, configuration management and sustaining engineering associated with the end items. All phases that may be added to this contract will be independent procurement actions and synopsized as such. Future phases anticipate various modes of support including Performance Based support of high demand spares with availability metrics, stock support of additional items with long term pricing, transactional support for any potential Raytheon spares requirement and Depot Level material support required for repair of repairables and depot maintenance. This acquisition will be conducted with Raytheon using other than full and open competition as prescribed in FAR 6.302-1, "Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements." This action will result in the award of a contract which is anticipated to be a six (6) year IDIQ Type Contract consisting of a three (3) year base period and one three (3) year option period to be exercised at the discretion of the Government. In no event will the total contract period exceed the six-year period unless appropriate approval is obtained. This contract will include transition phases to ensure that requirements currently covered by existing DLA contracts may transition to this contract, and those items covered by transactional support may be phased in as required. The contract may consolidate existing contracts into one comprehensive contract in a manner that enhances effectiveness and reduces overall cost to the Department of Defense (DoD). These reductions will be achieved through a decrease in the number of contracts awarded and administered, an increase in the availability and reliability of the parts supported, and a reduction to the cost of material supplied. This effort will enable one infrastructure managed by Raytheon, creating an arrangement that balances performance, risk, and cost. The subject RFP number is SPMRAY-14-R-0001. 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 Raytheon, is the only firm with the technical expertise, data rights, and in-place logistics system necessary to meet the requirements of this solicitation. The initial phase of this contract will be for parts support. Future phase may include: (1) Management of inventory; (2) Forecasting customer requirements and "pushing" supplies to the production line; (3) System engineering and technical support; (4) Synchronize supply distribution to meet depot and operational requirements; (5) Rapid response manufacturing for priority requirements; (6) Recommend improvements to maximize production line efficiency. This procurement will be made on an All or None basis to streamline processes. This will also help to ensure award is made to the sole qualified contractor with experience and capability providing these parts and possibly serve as a complete prime system integrator in the future. It is again important to note that the demands supported by this procurement are over and above "normal" operational requirements. All responsible sources may submit an offer/quote which shall be considered. The proposed procurement contains an option to extend the contract period one or more times at the discretion of the government. The total duration (base plus option years) shall not exceed 6 years. Solicitations will be issued upon request. Point of Contact: Patty Snyder, Contracting Officer, Phone 614-692-1127, Email patty.snyder@dla.mil,
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCC/SPMRAY14R0001/listing.html)
 
Record
SN03330827-W 20140406/140404235045-4e1715b91f9870df145ed59012811f73 (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.