SOURCES SOUGHT
16 -- Supply Chain Management of DLA managed consumbles supporting the CH-53-E, Super Stallion - NSN Listing
- Notice Date
- 4/25/2017
- Notice Type
- Sources Sought
- NAICS
- 336413
— Other Aircraft Parts and Auxiliary Equipment Manufacturing
- 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
- SPE4A2-17-R-0032
- Archive Date
- 6/1/2017
- Point of Contact
- Ryan M Sommer, Phone: 8042795274, Julia Roquemore, Phone: 804-279-6389
- E-Mail Address
-
Ryan.Sommer@dla.mil, Julia.roquemore@dla.mil
(Ryan.Sommer@dla.mil, Julia.roquemore@dla.mil)
- Small Business Set-Aside
- N/A
- Description
- NSNs to be included in solicitation SPE4A2-17-R-0032. DISCLAIMERS: The Government does not intend to award a contract on the basis of this Sources Sought Notice. As stated in Federal Acquisition Regulation (FAR) 15.201(e), responses to this notice are not offers, and shall not be accepted by the Government to form a binding contract. BACKGROUND: The Navy intends to modify existing repair contract N0038316G002F with Sikorsky Aircraft Corporation (SAC) to add 65 Head of Family (HoF) components supporting the H53 Helicopter. Under this contract, known as the ROR PBL (Repair of Repairable Performance Based Logistics), Sikorsky furnishes labor, material, and facilities as required to repair and/or modify the items. PURPOSE: This Sources Sought Notice is intended to determine if any other sources, other than Sikorsky, are capable of providing supply chain management support and logistics management for the subcomponents used in repair of the ROR PBL NSN (National Stock Numbers) cited in Attachment 1. Responsibilities include demand/planning forecasting, material management, engineering support and sustainment elements, packaging, reliability improvements, and field customer service/engineering support of the consumable parts utilized for component repair of the CH-53E Super Stallion manufactured by (SAC). SOURCES SOUGHT NOTICE: The proposed contract action is for performance based support for the NSNs cited in Attachment 1. The Government intends to solicit and negotiate with only one source under authority of FAR 6.302. Interested sources may identify their interest and capability to respond to the requirement. This notice of intent is not a request for competitive proposals. However, all proposals received by the response date will be considered by the government. A determination by the government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. OBJECTIVES: The overarching objectives of this acquisition are to: (1) avoid a divided supply chain (2) decrease CH-53E repair delays due to outstanding consumable requirements, (3) accelerate the Fleet Readiness Center East (FRC-E) component repair turnaround time through material availability improvements and enhanced coordination between USN (United States Navy) Repair of Repairable and FRC-E concurrent repairs (4) improve field level support and (5) reduce overall maintenance costs. In order to meet these objectives, the contractor must have an established supply chain as well as the ability to drive changes into the weapons system configuration and, more importantly, understand, analyze, and assess the implications-both in terms of performance and operational usage-of any potential configuration change. REQUIREMENTS: The contractor will be required to aggregate all material requirements in order to leverage the best value for material support. The contractor shall be responsible for forecasting, acquiring, stocking and fulfilling requirements via its commercial operation/facility utilized to meet contract requirements. In addition to filling material requirements, the contractor is required to make recommendations for Engineering Change Proposals (ECPs) along with being responsible for obsolescence management and mitigating Diminishing Manufacturing Source challenges for the CH-53E. Performance metrics associated with this acquisition may be tied to local (FRC customers) and DLA material availability. Small business participation and reliability improvements are also potential metrics. The contract will allow for an expansion of support based on developing and evolving CH-53E requirements from DLA and/or USN/USMC (United States Navy/United States Marine Corps). The Contractor will: 1. Be responsible for reaching, maintaining and/or exceeding a predetermined performance level of material availability for consumable subcomponents used for Fleet Readiness Center East (FRC-E) component repair and USMC customer support. 2. Reduce overall maintenance costs through innovation such as process improvement initiatives, reliability improvement initiatives, lean supply chain initiatives, & other techniques. 3. Supply engineering and technical support to complement Navy ROR PBL items and related subcomponents. 4. Be DLA's global source of supply for all Sole Source and Unique material required for organic depot overhauls and USMC customers. 5. Provide overall planning and support (Program Management), in collaboration with the Navy, to determine the quantity of parts required to meet availability targets. RESPONSES: DLA requires that only non-proprietary information be submitted in response to this Sources Sought Notice. DLA shall not be liable for or suffer any consequential damages for the use of any proprietary information submitted. 1. Responses are required no later than 17 MAY 2017. 2. Respondents shall provide the following company information: • Company name/Address • Cage Code • DUNS Number • Point of Contact • Phone/FAX Number • Email Address • Web Page URL • Size of Business relative to NAICS Code (Small Business Size Standard employees or less), and the socio-economic category of your company if applicable. • U.S. or Foreign Owned Entity • Indicate whether your interest is as a prime contractor or as a subcontractor 3. Respondents must address • prior supply chain management experience • their capability to satisfy all objectives listed above • confirmation of necessary technical data to meet contract requirements • experience with ECPs and obsolescence and modeling/simulation capabilities for the CH-53E SUBMISSION OF INFORMATION: Responses to this Sources Sought Notice must be readable by Microsoft Office. Responses to this Sources Sought Notice shall be unclassified and should not exceed 20 pages in length. Please note: emails containing file types such as:.zip,.xlsx, docx, or other macro-enabled extensions, may not be delivered to the intended recipient. All responses and questions under this Sources Sought Notice must be transmitted electronically via e-mail to Ryan Sommer, ryan.sommer@dla.mil, 804-279- 5274. Prior to the response date, if necessary, potential respondents may request clarifications by email. Significant responses to a potential respondent's request for clarification will be posted to FedBizOpps under this Sources Sought Notice.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCR-BSM/SPE4A2-17-R-0032/listing.html)
- Record
- SN04484978-W 20170427/170425235103-03a11d1d9ddddf22603cebe43386d072 (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 |