Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 05, 2017 FBO #5642
MODIFICATION

15 -- Parker Hannifin Next-Gen Contract Effort

Notice Date
5/3/2017
 
Notice Type
Modification/Amendment
 
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
SPE4AX-13-R-0016
 
Point of Contact
Melissa Ann Small, Phone: 2568761602
 
E-Mail Address
melissa.small@dla.mil
(melissa.small@dla.mil)
 
Small Business Set-Aside
N/A
 
Description
This Request for Information (RFI) / Sources Sought Notice is issued as a means of conducting market research, to determine if other companies, besides Parker Hannifin (Parker), are capable of providing performance-based logistics (PBL) support to expand the current sole source joint opportunity contract (JOC), SPE4AX-14-D-9413, to a Supplier Capabilities Contract consisting of performance based supply chain management and logistics support to include, but not limited to, sole source contract actions for sustainment activities, wholesale supply planning and support, depot-level consumable support, material management, engineering support and sustainment elements, packaging, storage, transportation, repair of Parker parts or systems, reliability improvements, field engineering support, sustainment program management, sustaining logistics, replenishment spares purchases, continuous improvement and technical support arenas. This initiative is being undertaken to maximize the effectiveness of the contract and further expand the breadth of support provided by Parker in aid of DLA goals and initiatives. Currently under this contract, the Defense Logistics Agency (DLA) Aviation acquires sole source consumable parts and depot-level reparables (DLR) for aircraft and systems manufactured by Parker supporting worldwide DLA direct (DD) shipments under Federal Acquisition Regulations (FAR) Part 15 only. The JOC is a fixed price requirements type contract (RTC) with prospective price redetermination and was awarded August 11, 2014 with a five-year priced base period and one five-year option period. The contract is currently within the third year of the base period. Price redetermination will take place at the option, if exercised, or as pricing expires. The expanded scope of the contract will include Supplier Initiated Orders (SIO) and PBL support for which the Government intends to solicit and negotiate with only one source under authority of Federal Acquisition Regulations (FAR) 6.302. SIO is a concept where the supplier, using specific demand data provided by DLA, forecasts and builds parts to support future requirements. PBL support will enable the DoD to buy a level of support from Parker to support any one of its sole source end-items. A level of support is being used as a general term because it can vary depending on each requirement. Projects will be measured by establishing a price per landing or a price per flight hour and any other pertinent, measurable outcome. Performance-based sustainment and engineering efforts to support service-life extension programs and other modernization upgrades or safety modifications will fit into this categorization of the overall program. This initiative will involve identifying demand patterns and emergent needs for parts in various federal supply classes (FSC) which are only manufactured by Parker, and to place those items on contract through one of the three identified methods (Standard Consumable and DLR Spare Parts Support, SIO or PBL Support) as demand warrants. As the program matures, and projects relating to the SIO and PBL increments are more clearly identified, market research will be performed to ensure these subsequent phases are sole source to Parker. Market research techniques will include, but are not limited to, industry feedback, synopses, Requests for information (RFI), technical reviews and information obtained from the applicable Services regarding drawings and technical data rights. Interested persons may identify their interest and capability to respond to the requirements or submit proposals. This notice of intent is not a request for competitive proposals. However, all proposals received by the synopsis 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 normally be considered solely for the purpose of determining whether to conduct a competitive procurement. PURPOSE: DLA desires to transform the current JOC into an umbrella contract with the base contract continuing consumable and depot-level reparable (DLR) spare parts support under contract number SPE4AX-4-D-9413. Any SIO and PBL support projects identified will have their own unique subsumable contract and contract number reflecting negotiated pricing and any unique requirements that were not previously agreed upon. This Sources Sought Notice is intended to determine if any other entities are capable of supporting the proposed requirements. OBJECTIVES: The overall objective of this effort is to achieve a predetermined level of support to include SIO and PBL activities as identified. The potential provider's approach must seek to deliver an integrated performance package designed to optimize system readiness and reduce the total cost of ownership. Additional objectives of this initiative are as follows. 1. Responsibility to reach and maintain a predetermined level of serviceable asset availability of identified parts and related components outlined by DLA through a collaborative partnership arrangement. 2. Reduce the total cost of ownership versus DLA's current supply support model through innovation such as process improvement initiatives, reliability improvement initiatives, lean supply chain initiatives and other techniques 3. Supply engineering and technical support to complement DLA and Military Service cognizant engineering 4. Supplement organic depot maintenance manpower with contractor facilities and personnel, and perform overhaul of the assets to a degree that meets the requirement for end item supply availability, including: • Work of a highly specialized and technical nature requiring tacit knowledge of a unique end-item with no known commercial variant or like item • Currently, Parker is the only known source capable of satisfying this requirement because it is the sole source qualified • Utilize depot organic maintenance facilities as needed • Meet all source approval requirements 5. Reduce unserviceable supply chain asset generations through holistic approaches that incorporate innovative processes and product improvements. Requires implicit knowledge of field level supply chain processes and procedures, and its correlation and interaction with depot level supply chain 6. Supply piece part product support integration of unique items (determine quantities needed, purchase needed parts, warehouse, issue parts to maintenance and maintain documentation for historical usage purposes) 7. Be DLA's global source of supply for all sole source and unique material required 8. Provide overall planning and support (Program Management), in collaboration with DLA, to determine the quantity of items required to meet designated 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 May 19, 2017. 2. Respondents shall provide the following company information: • Company Name / Address • Contractor and Government Entity (CAGE) Code • Data Universal Numbering System (DUNS) Number • Point of Contact • Phone / Fax Number • Email Address • Web Page URL • Size of Business relative to North American Industry Classification System (NAICS) Code (Small Business Size Standard employees or less), and the socio­economic category of your company, if applicable • United States (U.S.) or Foreign Owned Entity • Please indicate whether your interest is as a prime contractor or as a subcontractor 3. Respondents must address • Their capability to satisfy the objectives listed above and indicate what prior experience they have on PBL efforts that are similar in nature and scope. • The date by which they will submit a Source Approval Request (SAR) for approval of an alternate source. • Willingness to provide up front pricing for remaining term of contract (currently in third year of five-year base period with one five-year option period.) SUBMISSION OF INFORMATION: Responses to this Sources Sought Notice must be readable by Microsoft Office or Adobe software. 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 Melissa Small at Melissa.small@dla.mil. 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. This effort has been identified as sole source to Parker. Responses to this announcement from other than the original equipment manufacturer (OEM) are required by May 19, 2017 and should identify areas of interest and include evidence of ability to perform. A copy of the letter of interest should be forwarded to the Contracting Officer identified herein and Small Business Administration (SBA) Procurement Center Representative (PCR) (anne.mastrincola@dla.mil). Any alternate source must submit the appropriate data and receive approval by the cognizant Government engineering support activity (ESA). The Government may alter the acquisition strategy if it is in the best interest of the Government.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCR-BSM/SPE4AX-13-R-0016/listing.html)
 
Place of Performance
Address: PARKER HANNIFIN CUSTOMER SUPPORT, 14300 ALTON PARKWAY, IRVINE, CA 92618, Irvine, California, 92618, United States
Zip Code: 92618
 
Record
SN04494086-W 20170505/170503234600-62d78b0a5c5605cdcbc17f2e120b4bf5 (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.