Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JANUARY 3,1997 PSA#1754

Defense 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 Virtual Prime 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 coststo 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. Pastor 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, inconjunction 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 =20 (0366)

Loren Data Corp. http://www.ld.com (SYN# 0181 19970103\59-0012.SOL)


59 - Electrical and Electronic Equipment Components Index Page