SOURCES SOUGHT
16 -- RFI - 54H60 and 54460 Propeller Systems competitive item support - RFI
- Notice Date
- 7/5/2018
- 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
- SPE4AX18R0032
- Archive Date
- 7/28/2018
- Point of Contact
- Christopher Hutnan, Phone: 804-279-3099
- E-Mail Address
-
Chris.Hutnan@dla.mil
(Chris.Hutnan@dla.mil)
- Small Business Set-Aside
- N/A
- Description
- RFI Spreadsheet Attachment 1 RFI Word Doc The purpose of this Request for Information (RFI) is for the Government to gauge potential interest and determine if responsible sources exist for this tailored competitive acquisition. The Government will use the result of this RFI to determine how to best proceed with a Request for Proposal. The Government is interested in responses from all small businesses to include 8(a), Service-Disabled Veteran-Owned, HUBZone, and Women-Owned small business concerns. The Government requests interested parties respond to this RFI and, if applicable, requests interested parties identify their small business status for the identified NAICS code. This notice is for information and planning purposes only and does not constitute an RFP or commitment by the Government. Interested suppliers are required to submit a capabilities statement outlining their ability to meet or exceed this requirement no later than 5:00 PM (eastern Standard Time) Friday 13 July 2018, to Christopher Hutnan at chris.hutnan@dla.mil, stating the following information; (1) RFI Number SPE4AX18R0032; (2) Company Name, address, POC name, phone number, fax number, and email; (3) Contractor (CAGE Code) (4) Size of business- Large Business, Small Business, Small Disadvantage 8(a), Hub Zone, woman owned and/or Veteran Owned; (5) A response by each NIIN in Attachment 1, Column AE, indicating "Yes" if NIIN can be supported and "No" if NIIN cannot be supported and (6) Manufacture or Distributor. Responses should be a maximum of three (3) pages, which does not include the response to Column AE within Attachment 1. Objective: Provide continued, but improved and expanded, supply support for the Hub & Blade Program at Warner Robins Air Logistics Center (WR-ALC) and all worldwide demands, to include Foreign Military Sales (FMS). The supplies being acquired consist of various component items to primarily support the C- 130 Hub & Blade. The associated support to be acquired includes the following supply chain management functions: purchasing, quality control, packaging, and transportation. An on-site Field Service Representative (FSR) will be required as part of the acquisition to support the WR- ALC Prop Shop to physically interface with the United States Air Force (USAF) customer, and facilitate: improved forecasting, maintenance and production planning; expedited materiel requirements to prevent work stoppages and warranty problems; assistance with any engineering and technical issues. Operational (and FMS) customers require FSR support as well; however, the level of support for these customers is through a central email address and a 1-800 number established and maintained by the suppliers to support varying customer issues in an expedient manner. Background: The C-130 and P-3 aircraft 54H60 and E-2 / C-2 aircraft 54460 propeller systems have been supported by virtual prime vendor (VPV)-type contracts for the last twenty- three (23) years through various long term contracts that included tailored support for customers at WR-ALC as well as worldwide customers. For the past five years, requirements have been supported through two long-term contracts for customer direct and retail stock support; i.e. Contracts SPE4AX-14-D-9417 with United Technologies Aerospace Systems awarded in April 2014 (expires April 2019) and SPE4AX-13-D-9425 with SupplyCore awarded in June 2014 (expires June 2019). Capability of Performance: The supplier will be required and have the capability to: • Build on (or create) its supply chain with the manufacturers and/or distributors of the applicable WR-ALC & WW Hub & Blade NIINs. Having supplier arrangements in place to support the supplier-owned inventory is necessary to meet the customer's performance requirements. • Have the following supply chain management competencies/capabilities: purchasing, quality control, receipt, packaging, transportation and customer service. These functions are to be performed for the WR-ALC, worldwide & FMS customers directly relate to the USAF's and Navy's needs as each of these supply chain components is necessary to successfully perform the requirements herein. • Ramp up its supply chain to support DLA direct orders immediately upon contract award. Delivery/Performance: The government's delivery requirement will be 100% On-Time Delivery based on vendor provided lead-times incorporated into the contract. Performance will be subject to the following conditions: • A total performance period, to include options, of five years; a three-year base period and a single, two-year option period to be exercised at the discretion of the government. • Disincentives which will apply to the supplier's performance that fails to meet the negotiated lead-times established in the contract. • An on-time delivery performance metric. Contract and Price Structure: The contract type will be an Indefinite Delivery, Indefinite Quantity Contract (IDIQ) as the Government cannot predetermine the precise quantities of support and supplies the Government will require during the contract period, but a recurring need is anticipated. The Government will commit to no more than a minimum dollar guarantee under this IDIQ arrangement. It is the Contracting Officer (KO) decision that the subject acquisition be executed using FAR Part 12 Commercial Item Acquisition IAW FAR 2.101(1)(i), (1)(ii) and (3)(i) (references applicable to the supply requirement) and IAW FAR 2.101(5)(i), 5(ii) and (6)(ii) (references applicable to the associated support requirements): • WR-ALC, WW & FMS Supplies Unit Prices (U/Ps) shall by priced by NSN for each year of the contract • S&S U/Ps shall be priced by S&S NSN for each year of the contract and include all requirements associated with S&S as specified in the S&S clauses and provisions Key Assumptions: • 100% Small Business Set Aside • Government will secure non-manufacturer waiver • Direct Delivery Contract • Firm Fixed price and delivery order Contract • Competitive Contract utilizing FAR Part 12 • Contract Length 5 years (3 year base with a single two year option) • Government will provide space at WR-ALC for FSR Bill of Materials: The NIINs associated for this action are included as Attachment 1. Selection Criteria: • Technical o The technical factor will include four subfactors: Program Management, Program Execution, Quality System, and Surge & Sustainment. • Past Performance • Price The non-price factors (i.e. Technical and Past Performance) will be listed in descending order of importance. Technical and Past Performance, when combined, will be significantly more important than price. Technical subfactors will be equal in importance.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCR-BSM/SPE4AX18R0032/listing.html)
- Record
- SN04981073-W 20180707/180705230810-d940f5834f2bc9b57c88544c1a3404db (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 |