Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 18, 2023 SAM #7842
SOURCES SOUGHT

16 -- KC46 Commercial Common PB Support October 2024 - October 2025 (Additional NIINs)

Notice Date
5/16/2023 7:07:07 AM
 
Notice Type
Sources Sought
 
NAICS
336412 — Aircraft Engine and Engine Parts Manufacturing
 
Contracting Office
DLA AVIATION AT PHILADELPHIA, PA PHILADELPHIA PA 19111-5098 USA
 
ZIP Code
19111-5098
 
Solicitation Number
SPRPA121R003UOptionYear2SSN
 
Response Due
5/23/2023 2:00:00 PM
 
Point of Contact
Megan Kelly, Irena Cepele
 
E-Mail Address
Megan.Kelly@dla.mil, irena.cepele@dla.mil
(Megan.Kelly@dla.mil, irena.cepele@dla.mil)
 
Description
The purpose of this Sources Sought Notice is to conduct market research and to gauge potential interest in subcontracting opportunities for the support of the anticipated program in which DLA intends to contract on a sole source basis with The Boeing Company. The proposed North American Industry Classification Systems (NAICS) code is 336412, which has a corresponding size standard of 1500 employees. The Government will use this information to determine the best acquisition strategy for this procurement. �This notice is for information and planning purposes only and does not constitute an RFP or commitment by the Government. DLA Aviation at Philadelphia anticipates possible exercise of an option for October 8, 2024 through October 7, 2025 under an existing contract with Boeing to execute a comprehensive and holistic performance based supply chain management program to support the KC-46 aircraft. The acquisition of performance-based support is under the Boeing Captains of Industry (BCOI) contract, SPRPA1-14-D-200U. The contractor will be required to fill DoD and FMS customer requisitions for approximately 17,981 KC-46 National Stock Numbers (NSNs).�� Some portion of these NIINs are to be maintained under Performance Based criteria to include an availability metric/fill rate. Items not covered by the Performance Based metric will be handled as stock items with catalogue pricing and abbreviated lead times based on existing vendor agreements. The NSNs are comprised of consumable material. The contractor will be required to meet supply chain performance based metrics for material availability. Under the BCOI contract the contractor will provide following: logistics management, which Includes wholesale supply support, consumable support, material management, engineering support and sustainment elements, packaging, storage, reliability Improvements, and engineering support. The support includes spare parts/material support used in the maintenance activities at KC46 DoD Operating Sites. The contract is planned as a Fixed Price action against the BCOI contract, which is strategic in nature and will be the primary vehicle for procurement of the KC46 support. The contractor will be required to deliver their supplies to Government wholesale and retail supply points within specified time windows. The BCOl contract has a performance period of five (5) year base period with one five (5) year option to extend the contract for a total performance period of ten years. Boeing will be using their commercial demand data to develop a forecast due to lack of military historical usage data. Provisioning is ongoing for this aircraft and changes are still being made to the design/configurations. Boeing will ensure the parts delivered are the latest configuration using their technical knowledge as the aircraft manufacturer delivering production aircraft. DLA intends to exercise the existing option with Boeing as an interim support strategy for commercial common consumables during early operations and while processing the provisioning information. The long-term strategy is continuing to be developed as the aircraft is provisioned. Any entity interested in providing some of the required products but cannot provide the required Performance Based outcome may be afforded an opportunity to partner with the prime contractor, Boeing, or participate as a subcontractor. Please provide any anticipated teaming arrangements, along with a description of similar support offered to the Government and to commercial customers for the past three years. Any responses involving teaming arrangements should delineate between the work that will be accomplished by the prime and the work accomplished by the teaming partners. Entities seeking to become an approved source of supply for any of the items covered by this notice should note that the time required for approval of a new source is normally such that an award cannot be delayed pending approval of a new source. Sources that are not approved for manufacture of these items must obtain source approval from the Government. Please note that if the evaluation of source approval requirements precludes the ability to obtain subject items in time to meet Government requirements, award of the subject requirement may continue based on support needs.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/8b0a46ad245f453bb2c0a20ae76504a5/view)
 
Place of Performance
Address: Saint Louis, MO 63110, USA
Zip Code: 63110
Country: USA
 
Record
SN06684651-F 20230518/230517212027 (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.