Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 02, 2023 SAM #8010
SOURCES SOUGHT

15 -- CH53K Airframe Project

Notice Date
10/31/2023 12:21:26 PM
 
Notice Type
Sources Sought
 
NAICS
336411 — Aircraft Manufacturing
 
Contracting Office
DLA AVIATION RICHMOND VA 23237 USA
 
ZIP Code
23237
 
Solicitation Number
CH53KDLA
 
Response Due
11/7/2023 2:00:00 PM
 
Archive Date
11/22/2023
 
Point of Contact
Craig Bishop, Phone: (757) 604-9382, Jeremy Reeves, Phone: 8042791607
 
E-Mail Address
Michael.Bishop.ctr@dla.mil, Jeremy.T.Reeves@dla.mil
(Michael.Bishop.ctr@dla.mil, Jeremy.T.Reeves@dla.mil)
 
Description
DISCLAIMER:� The Government does not intend to award a contract on the basis of this Sources Sought Notice.� As stated in Federal Acquisition Regulation (FAR) 15.201(e), responses to this notice are not offers, and shall not be accepted by the Government to form a binding contract. Synopsis: This Sources Sought Notice is issued as a means of conducting market research to determine if other companies, besides Sikorsky Aircraft Corporation (SAC), are capable of providing consumable parts support for the CH53K Platform. The CH53K helicopter is the replacement platform for the current CH53E. The CH53K helicopter serves the USN/USMC in a heavy-lift cargo capacity and Foreign Military Sales (FMS) are expected. �The proposed contract action is for DLA Direct stock support for which the Government intends to solicit and negotiate with only one source under authority of FAR 6.302.� Interested persons may identify their interest and capability to respond to the requirement.� 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 be considered solely for the purpose of determining whether to conduct a competitive procurement. PURPOSE:� The Government desires to enter into a partnership with a vendor that can provide supply support, packaging, storage/warehousing, reliability improvements, and support the entirety of the associated CH53K Bill of Materials (BOM) of DLA managed consumable parts.� The contract will be awarded under Terms & Conditions as described in a Performance Work Statement and will be a Firm Fixed Price Contract with a two-year base period, and two, one-year option periods. OBJECTIVES:� The overarching objectives of this acquisition are to: (1) decrease CH53K platform repair delays due to outstanding consumable requirements, and fill requisitions within material availability priorities; and (2) accelerate the Fleet Readiness Center East/Southwest (FRC-E/FRC-SW) depot repair turnaround time through enhanced material availability.� In order to meet these objectives, the contractor will be required to aggregate all material requirements in order to leverage the best value for material support. The contractor will be required to deliver their supplies utilizing a DLA Direct process that pulls material into the DLA system to satisfy demands. The contractor shall be responsible for fulfilling requirements via its commercial operation/facility utilized to meet contract requirements.� In addition to filling material requirements, the contractor is required to make recommendations for Engineering Change Proposals (ECPs) along with being responsible for obsolescence management and mitigating Diminishing Manufacturing Source (DMSMS) challenges for the CH53K Bill of Materials (BOM). Performance metrics associated with this acquisition may be tied to FRC-E/SW Fill Rate and DLA (worldwide customers) material availability. Small business participation will also be a metric.� Reliability improvements, inventory turnover rate, and backorder management are also potential metrics.� �� The contract will allow for an expansion of support based on developing and evolving CH53K platform requirements from DLA and/or the US Government (USG). RESPONSES:� ��The Government requires that only non-proprietary information be submitted in response to this Sources Sought Notice.� The Government shall not be liable for or suffer any consequential damages for the use of any proprietary information submitted.� �Responses are required by no later than November 7, 2023. �Reponses must include the following information: Company Name Address CAGE Code Point of Contact Phone Email Web page URL, if available Small business type or category you represent, if applicable. Identify as a U.S. or Foreign Owned Entity Indicate whether your interest is a prime contractor or as a subcontractor Respondents must address: Their capability to satisfy all objectives listed above, to include a description of the extent and content of prior experience on efforts that are similar in nature and scope and, Willingness to provide upfront pricing for full term of contract (4 years) 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 not exceed 20 pages in length.� Please note: emails containing file types such as .zip, .xlsx, docx, or other macro-enabled extension, may not be delivered to the intended recipient.� All responses and questions under this Sources Sought Notice must be transmitted electronically to Mr. Craig Bishop at Michael.Bishop.ctr@dla.mil or Mr. Jeremy Reeves at Jeremy.T.Reeves@dla.mil. Prior to the response date, if necessary, potential respondents may request clarification by email.� Significant responses to a potential respondent�s request for clarification will be posted to Contract Opportunities (www.SAM.gov) under this Sources Sought Notice.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/6f3d24cf7943486fb55ee9b2142b7dd9/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN06872652-F 20231102/231031230053 (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.