|
COMMERCE BUSINESS DAILY ISSUE OF JANUARY 3,1997 PSA#1754Defense Supply Center Columbus/COV; 3990 E. Broad Street; Columbus, OH
43216-5000 59 -- VIRTUAL PRIME VENDOR FOR ELECTRONIC COMPONENTS SOL BAA VPV 96-02
Amend 0001 DUE 022897 POC Point of Contact -- Jeff Dixius, Contract
Specialist, 614-692-7348, Jim Secrist, Contract Specialist,
614-692-7346 Broad Agency Announcement (BAA VPV 96-02) Amendment 0001
The Defense Logistics Agency (DLA) serves within the Department of
Defense (DOD) as a wholesale level industrial distributor of spare
parts, maintenance, repair and operating supplies for the military
services worldwide. DLA is interested in demonstrating unique and
innovative approaches for providing logistics support to the military
services that will maintain the highest state of weapon systems
readiness, to include surge and sustainment capability to enhance the
defense mobilization base, by improving the logistics support provided
to the military service's maintenance facilities. These facilities
perform the major repair and/or rebuild of weapon systems and major
components. To facilitate performing to the expected objectives of the
program, new strategies are required utilizing advanced manufacturing,
distribution, and materials management techniques to improve repair
turn around time, and the ability of the industrial base to respond to
changes in customer demand and effectively reduce the overall cost to
the government. This requires integration of commercial and military
supply and distribution systems, electronic data interchange,
management of demand based customer inventory and direct vendor
delivery. The desired level of performance is broadly categorized in
terms of improving order fulfillment cycle-time, product quality, total
cost, and the capability to deliver other information and/or technical
support services. The private sector provider of this service will act
as an extension of DLA and will be expected to establish an intelligent
partnership between the maintenance customer, DLA and other supply
sources; and to use innovative, state of the art methodologies to
reorganize, synchronize, supplement and otherwise improve the
effectiveness of the support provided by the existing DOD supply chain
processes and systems. The purpose of the BAA is to announce that DLA
is soliciting concept papers for this effort under the VirtualPrime
Vendor (VPV) Program. Concepts should be directed at improving the
supply support for the Avionics Manufacturing Shop and/or the Avionics
and Electronic Warfare (EW) Repair Shops at Warner Robins Air
Logistics Center, Robins Air Force Base, Georgia. A key goal is to
develop a process which can be exported from this site to other DOD
locations involved in avionics/electronics manufacturing and/or repair.
The successful VPV contractor(s) will be expected to provide and/or
coordinate the supply support effort for the full range of parts and
components consumed in the manufacture or repair of avionics/electronic
warfare items. Your concept paper should not only address your
company's ability to provide items to the Warner Robins facility, but
should also address the ability to provide items to other DLA customers
worldwide, taking into consideration such factors as distribution
methods, manufacturing sources, item availability, market conditions,
etc. Even though the initial pilot/demonstration site will be the
Avionics/Electronic Warfare Shops at Warner Robins ALC, we also
strongly encourage and will consider concept papers for similar
avionics/electronics shops at other DOD locations, e.g., other Air
Logistics Centers; Tobyhanna Army Depot; NAWC/Hughes-Indianapolis;
Naval Aviation Depot, Jacksonville, FL; etc. We anticipate that the
second demonstration site will be the Electronics Repair Operations at
Tobyhanna Army Depot. It will be incumbent on the VPV contractor to
determine the best method of support to meet the performance criteria
of the program. Teaming arrangements between developers and systems
integrators, universities, research institutes, or other collaborators,
are encouraged, and single offerors should anticipate the possibility
of being expected to work collaboratively with other organizations if
they receive an award. PROGRAM SCOPE: Concepts for individual efforts
should not exceed a total of five years, and should also include
procedures that, if adopted, would last until the extinction of the
weapon system. The primary objective is to lower overall logistics
support costs. Technologies which have a significant impact on key
logistics metrics, such as customer wait time, backorders, customer
complaints, cost of quality, inventory reduction, administrative
procurement lead-time, and combat readiness, will be given highest
priority. Concept papers are to include cost data, as well as
proposer's preferred type of contract. Contract awards, if any, are
expected to be made during the second quarter of fiscal year 1997.
Awards may be made under FAR 6.302-3. Progress, and performance, will
be assessed monthly and action items will be determined to ensure
timely completion of the project and to capitalize on findings. Each
year of the contract must have performance objectives which are a part
of the option decision evaluation, to include achievement of
socioeconomic objectives. EVALUATION CRITERIA: Concepts will be
evaluated on technical merit and price or cost. The technical
evaluation criteria are listed below in descending order of importance:
1. Integrated Supply Chain Management Concept 2. Industrial Readiness
Support Concept 3. Past Performance/Corporate Experience 4. Product
Quality/Warranty 5. Support for Small and Small Disadvantaged Business
6. MBA Program 7. Management Plan During the initial development of
concepts, complete pricing may not be available or realistic. Those
concepts, if any, selected for full discussion will provide complete
pricing proposals as a part of the negotiation process. Offerors are
encouraged to recommend pricing arrangements suitable for the concepts
selected for demonstration. As pricing proposals are evaluated, the
technical merit or expected performance outcomes will be considered
more important than price. Those proposals committed to product or full
cycle cost reductions over the demonstration period will be considered
more favorably. Customer affordability and cost/price realism are also
important factors. The final award decision will then reflect an
integrated analysis of expected outcomes and the price to achieve these
results. 1. Integrated Supply Chain Management Concept The
Avionics/Electronics Repair Shops and the Avionics Manufacturing Shop
will be evaluated separately as listed below, however, the following
points are implicit to both: the concept(s) should add no
administrative cost to the customer; concepts should allow for the
elimination or reduction of Government inventory to the bare minimum,
including transfer of Government inventory for the VPV's use in the
commercial marketplace when in the Government's best interest; and
there should be no significant changes to local ADP systems or existing
processes. The offeror's information system shall be embedded in
business practices and provide for necessary interfaces with Air Force
and DLA Legacy systems. a. Avionics/Electronics Repair Shops. (1) The
Government will evaluate the concept for anticipating the customer's
needs, forecasting the customer's parts/materiel requirements,
purchasing, inventory control, engineering support, technical services,
storage and distribution to achieve the objective of a 100% on demand
issue rate to the Shop Service Centers (SSCs) supporting the
avionics/electronic repair shops for the common commercial bit and
piece parts/materiel across 7,300+ National Stock Numbers (NSNs) and
121 Federal Supply Classes (FSCs). Reduction of the retail inventory
levels at the SSCs each year of the contract until the essential
minimum necessary to support the repair work with parts/materiel
available 100% on demand is reached will be evaluated. (2) The concept
and network of manufacturers/suppliers for estimating delivery dates,
and quickly obtaining non-stocked parts/materiel needed by the SSCs
supporting the repair shops will be evaluated. (3) Arrangements with
manufacturers and other parts/materiel suppliers that enable on demand
support across 7,300+ NSNs and 121 FSCs will be evaluated. This
includes arrangements with required manufacturers/suppliers for
parts/materiel on Qualified Products Lists (QPLs), Qualified
Manufacturers Lists (QMLs) and Qualified Suppliers Lists (QSLs). (4)
The Government will evaluate the method by which you plan to provide
items, i.e., your own sources of supply, government inventory,
government contracts, etc. (5) The Government will evaluate the
proposed closed-loop Electronic Commerce/Electronic Data Interchange
(EC/EDI) information systems solution(s) and interfaces to DLA and Air
Force legacy systems to receive/process orders, issue/deliver/receive
parts/materiel, capture demand/consumption data, forecast
requirements, effect invoicing/ payment, permit DLA to recover its
administrative and materiel investment costs, etc . Ease of Government
access to order status information on a near real-time basis and a
method for the customer to access a single point to place orders will
be evaluated. (6) The concept for providing engineering support to
identify parts/materiel that are currently used by the
avionics/electronics repair shops which may become unavailable in the
future, and to make recommendations for possible substitute parts or
life buys, etc. will be evaluated. b. Avionics Manufacturing Shop (1)
Phase I. The Government will evaluate concepts for rapidly pricing all
parts/materiel needed for a given Bill of Materiels (BOM) and, if the
customers' project is approved, subsequently supplying all the
parts/materiel to the Avionics Manufacturing Shop in accordance with
established delivery schedules. (2) Phase II. In this phase, WR-ALC
will give their customers' requirements for a job to the VPV. The
Government will evaluate concepts to determine the VPV response time
for providing a BOM for required parts and their costs to the Avionics
Manufacturing Shop. If the customer decides to fund the job, then the
VPV will provide the required parts to the Avionics Manufacturing Shop
in accordance with established delivery schedules. 2. Industrial
Readiness Support Concept The Government will evaluate the concept for
providing parts and materiel to meet surge/sustainment needs of the
avionics/electronics repair shops during contingencies. This will
include: a. The ability to forecast and react to surge requirements. b.
The ability to rapidly escalate the operating tempo to support surge
requirements, and maintain a level of sustainment. 3. Past Performance/
Corporate Experience a. Concept papers will be evaluated to determine
if they demonstrate a level of past performance that provides a
reasonable assurance that the Government's objectives will be met. A
record of marginally acceptable or unacceptable past performance will
have a negative effect on the evaluation rating for this factor.
Experience (similar to the stated requirements) in providing integrated
supply chain management for parts/materiel support to
avionics/electronics manufacturing and repair shops will be evaluated.
This shall include the firm's own corporate entity and any partners,
joint ventures, subcontractors, alternate sources, etc., who will be
performing on the proposed concept demonstration contract. The
Government will evaluate the following: (i) The length of experience
(ii) Annual sales dollar volume (iii) Number of customers serviced (iv)
Total average number of orders processed and total average number of
line items delivered weekly based on the latest yearly reporting
period. (v) Performance records of contracts where you have served as
an integrated supply chain manager within the last three years. b.
Quality awards, distinctions, or certifications received that indicates
a high-quality process for performing the work required/concept to be
demonstrated will be evaluated. c. The experience of personnel who will
play a key role in assuring total success and customer satisfaction
will be evaluated. 4. Product Quality/ Warranty The Government will
evaluate the following: a. Quality system. b. Warranty provisions. c.
System for obtaining, handling, and supplying OEM certified parts and
parts/materiel required on/from QPLs, QMLs and QSLs. 5. Support for
Small and Small Disadvantaged Business The Government will evaluate the
offeror's plan for providing real business opportunity for small
businesses (SB) and small disadvantaged businesses (SDB), including
specific socioeconomic objectives for each year of the contract. Plans
to develop additional opportunities will be evaluated as part of the
subcontracting plan. 6. Mentoring Business Agreements (MBA) Program The
Government will evaluate offerors' plans to develop maximum opportunity
for small businesses and small disadvantaged businesses by
participating in the DLA MBA Program. Past or current participation in
the Program (i.e. teaming, joint ventures, etc.) will also be
evaluated.: 7. Management Plan a. The criteria and plan for selecting
and monitoring performance of suppliers and subcontractors to ensure
receipt of parts/materiel consistent with cost effectiveness,
distribution needs, and quality standards will be evaluated. b. The
plan to achieve product price and full cycle costs reductions each year
of the contract as productivity efficiencies are realized will be
evaluated. A plan to achieve a Government/contractor share ratio, and
the proposed ratio, for price reduction savings for each year of the
contract will be evaluated. The Government may require oral
presentations for clarification purposes, and offerors may make oral
presentations as a supplement to the written concept paper. Details of
the oral presentation, if requested, will be provided at a later date.
GENERAL INFORMATION: This BAA will remain open for 36 months. This
notice, in conjunction with the document BAA VPV 96-02 Amend 0001,
Proposer Information Packet (PIP), constitutes the total BAA. The PIP
provides further information on the following: areas of interest,
general expectations, submission process, evaluation criteria, concept
abstract format, and concept paper format. The PIP is required, and
may be obtained by electronic mail, or fax. A disk containing the
average monthly rate of consumption for the past 12 months for
buildings 640 and 645 of WR-ALC for the applicable NSNs will be made
available upon request -- contact Jeff Dixius or Jim Secrist for
details. A formal RFP or other solicitation regarding this announcement
will not be issued. The Government reserves the right to select to
award all, some, or none of the concept papers received. All
responsible sources capable of satisfying the Government's requirements
may submit a concept paper which will be considered by DLA. In order to
minimize unnecessary effort in concept paper preparation and review,
offerors are encouraged to submit a brief concept abstract in advance
of a full concept paper. An original and four copies of the concept
abstract must be submitted on or before 4:00 PM, January 24, 1997, to
receive an answer prior to the submission date for full concept papers.
Upon review, DLA will provide written feedback on the likelihood of a
full concept paper being considered. The initial administrative cut-off
date for full concept papers is, February 28, 1997. Concept papers
received on or before that date will be considered for initial contract
awards. Concept papers received subsequent to that date will be
considered for award at a later date. Offerors must submit an original
and four copies of full concept papers by 4:00 PM February 28, 1997,
in order to be evaluated. Concept papers not meeting the format
described in the PIP may not be reviewed. Concept papers must be sent
by mail, facsimile copies will not be accepted, any so sent will be
disregarded. All administrative correspondence and questions to this
BAA, including requests for information on how to submit a concept
abstract or concept paper to this BAA, shall be directed to one of the
administrative addresses below, e-mail is preferred. Administrative
Addresses Mailing: Defense Supply Center Columbus; DSCC-COV; Attn: Jeff
Dixius; 3990 E. Broad Street; Columbus, OH 43216-5000 E-mail: for Jeff
Dixius: "Jeffrey_Dixius@dscc.dla.mil" for Jim Secrist:
"James_Secrist@dscc.dla.mil" Phone: Jeff Dixius (614)692-7348 Jim
Secrist (614)692-7346 Fax: (614)692-3120 (0366) Loren Data Corp. http://www.ld.com (SYN# 0180 19970103\59-0011.SOL)
59 - Electrical and Electronic Equipment Components Index Page
|
|