SOLICITATION NOTICE
16 -- V-22 Next Phase COI
- Notice Date
- 9/21/2021 12:18:58 PM
- Notice Type
- Presolicitation
- NAICS
- 336413
— Other Aircraft Parts and Auxiliary Equipment Manufacturing
- Contracting Office
- DLA AVIATION AT PHILADELPHIA, PA PHILADELPHIA PA 19111-5098 USA
- ZIP Code
- 19111-5098
- Solicitation Number
- SPRPA1-17-D-009U
- Response Due
- 10/6/2021 11:00:00 AM
- Archive Date
- 10/21/2021
- Point of Contact
- Suzanne M Brown, Phone: 2157373791
- E-Mail Address
-
suzanne.brown@dla.mil
(suzanne.brown@dla.mil)
- Description
- DLA Aviation at Philadelphia will solicit a proposal for the acquisition of performance based support, as follows � logistics management, which includes wholesale supply support, Organizational, Intermediate and Depot-level consumable support, material management, engineering support and sustainment elements, packaging, storage, reliability improvements, and field engineering support of Bell Boeing V-22 Next Phase COI items. DLA seeks to execute a comprehensive and holistic performance based supply chain management program to support the V-22 platform. The support is broken down into two areas: direct aviation platform material support and spare parts/material support used in the repair of aviation airframes and components at fleet sites and DoD authorized repair depots. For the direct material support, the contractor will be required to fill DoD and FMS customer requisitions for approximately 4,314 Bell Boeing V-22 National Stock Numbers (NSNs). The NSNs are comprised of both consumable spares and those consumables required to support Organizational, Intermediate and Depot level maintenance. The contractor will be required to meet supply chain performance based metrics for material availability for approximately 4,314 NSNs. The performance metrics will be based on the level of demand for the individual NSN.� The contractor will be required to fill all material requirements at fleet sites as well as DoD authorized repair depots for the V-22 platform. In addition to filling the material requirements, the contractor is expected to make recommendations for Engineering Change Proposals (ECPs). Additionally, the contractor will be required to aggregate all material requirements, i.e. production, repair, allowances, in order to leverage the best value for material support. The contractor will be paid based on the aggregate demands or other appropriate measurements of usage of the V-22. The items that will be included in this contract are currently procured under various contracts with the DLA. 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 and Depot support. The contractor will be required to deliver their supplies to Government wholesale and retail supply points both CONUS and OCONUS within specified time windows, along with providing Depot Level consumables for repair of repairables.� Performance will include a five year base period with one five year option for a total performance period of ten years. The Bell Boeing Joint Project Office is the original equipment manufacturer (OEM) of these items with design control, authorization, and documentation to manufacture. The Bell Boeing Joint Project Office (JPO) is a joint venture of Bell Textron, Inc. and The Boeing Company and is considered a separate business entity from both parent companies. The JPO owns the limited data rights to these items. The Government does not have the drawings or complete data packages. However, some limited demand data is available upon request. Under a Performance Based contract, a Contractor will carry out logistics functions for the specified items while meeting daily Services demand requirements (i.e., filling various Services requisitions) within a specified response time to CONUS and OCONUS destinations. DLA may require strategies that include partnering with Government entities such as Organic Depots. Performance Based functions will include: demand forecasting, inventory management, warehousing, configuration management, obsolescence management, training, and sustaining engineering/ maintaining reliability. There are approximately 4,314 consumable items to be covered by this contract with all of them to be maintained under Performance Based criteria to include an availability metric, with flexibility/processes to add more items including new spare DLRs and repair of DLRs as requirements dictate. A full list of NIINs and the respective FSCs is attached. The Government retains the right to add and delete NSNs as necessary. The point of contact is the Contracting Officer, Suzanne Brown, DLA Aviation � APF.06, 700 Robbins Ave., Philadelphia, PA 19111. Email: Suzanne.Brown@DLA.mil
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/c3c31d2c896a46c0b4c17fb196977626/view)
- Record
- SN06139807-F 20210923/210921230120 (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 |