Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 01, 2021 SAM #7004
SOURCES SOUGHT

16 -- Performance Based Logistic

Notice Date
1/30/2021 4:51:20 PM
 
Notice Type
Sources Sought
 
NAICS
336411 — Aircraft Manufacturing
 
Contracting Office
DLA AVIATION AT PHILADELPHIA, PA PHILADELPHIA PA 19111-5098 USA
 
ZIP Code
19111-5098
 
Solicitation Number
SPRPA1-14-R-002U
 
Response Due
2/12/2021 12:00:00 AM
 
Archive Date
02/27/2021
 
Point of Contact
Celia Finely, Celia Finley
 
E-Mail Address
celia.finley@dla.mil, Celia.Finley@dla.mil
(celia.finley@dla.mil, Celia.Finley@dla.mil)
 
Description
This notice is for information and planning purposes only and does not constitute a commitment by the Government.� DLA Aviation at Philadelphia anticipates possible award of a contract� to execute a Performance Based Logistics contract in support of various supplies consisting of repairable NSNs for� support of the A-10, B-1, B-2, E-3, F-15, F-16, C-130 �Ground Start Carts.��� All of the supplies will be provided under a performance based logistics construct with availability and reliability metrics used to gauge contractor performance. The DLRs that will be included in this contract are currently procured under a DLA contract.� The contract will also include necessary support of Foreign Military Sales (FMS) customers. The anticipated Contract will be strategic in nature and will be the primary vehicle for procurement of a wide range of supplies. The contractor will be required to deliver their supplies to Government wholesale and retail supply points both CONUS and OCONUS within specified time windows and at contractor expense.�� Honeywell International Inc. (HII) is the original equipment manufacturer (OEM) of these items with design control, authorization, and documentation to manufacture.� HII owns the limited data rights to these items.� The Government does not have the drawings or complete data packages. However, some technical repair manuals and usage data is available by request from the owning service.� Under this contract, the Contractor will carry out logistics functions for the depot level repairables while meeting daily Services demand requirements (i.e., filling various Services� requisitions) within a specified� response time to CONUS and OCONUS destinations.� DLA requires strategies that would include partnering with Government entities such as Organic Depots.� PBL contract logistics functions generally include: repair and/or replacement of the covered items, inventory management, warehousing, configuration management, obsolescence management, training, and sustaining engineering/ maintaining reliability. Any responses to this PSS should include responses to the following: 1.��� Describe your experience executing performance based logistics programs.� 2.��� Is your interest in this effort as a prime or sub-contractor? 3.��� Describe your facilities, transportation, manufacturing, and manpower capabilities and capacity and inventory management. 4.��� How much transition time would your company require to perform on this contract? This would include capabilities to perform under this contract. 5.��� What quality control measures do you currently have in place (ISO 9000, 9001, AS9100, NADCAP (National Aerospace and Defense Contractors Accreditation Program)? 6.��Describe your experience with Government Source Inspection, Critical Safety Items, and other OSHA standards. 7.� How many employees are in your company? 8. Do you possess all the necessary technical data to perform for this Performance Based Logistics contract? 9. Describe your experience in partnering with Government repair depots. 10. Do you have electronic interface capability with military inventory control points? Disclaimer THE GOVERNMENT DOES NOT INTEND TO AWARD A CONTRACT ON THE BASIS OF THIS PSS OR TO OTHERWISE PAY FOR THE INFORMATION SOLICITED.� This PSS is issued for information and planning purposes only and does not constitute a solicitation.� All information received in response to this PSS that is marked Proprietary or competition sensitive will be handled accordingly.� Responses to the PSS will not be returned.� The responses to this notice are not an offer and cannot be accepted by the Government to form a binding contract.� The Government reserves the right to reject, in whole or in part, any contractor�s input resulting from this PSS.� Responders are solely responsible for all expenses associated with responding to this PSS.� �FOR OFFICIAL USE ONLY (FOUO):� This electronic message and its attachment(s) contain restricted, sensitive, and non-public information, including acquisition/source selection information.� The information is not intended for disclosure outside official government channels and is exempt from release under the Freedom of Information Act, 5 U.S.C. 552(b)(2) and (4).� Further distribution is prohibited without the approval of the author of this message.� If you have received this message in error, please notify the sender and delete all copies of this message.� Additional guidance for contractors:� This email does NOT create or modify any contractual obligation on the part of the Government.� This information is NOT authority to proceed or incur any costs.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/0f4b23214329464ab0760f524416ed41/view)
 
Record
SN05904239-F 20210201/210130230048 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.