|
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 6,1997 PSA#1777PARTS SUPPLIER/PARTS INTEGRATOR, BROAD AGENCY ANNOUNCEMENT (BAA),
SP0500-97-BAA01 The Defense Industrial Supply Center (DISC),
Philadelphia, is pursuing innovative methods of providing supply and
incidental supply chain management of industrial spare parts for DISC
customers. This concept is termed "Customer Oriented Supply Chain
Management" (COSCM) and is designed to enable DISC to provide enhanced
and more eff~icient logistics support to, and the defense readiness
of, industrial spare part requirements at various military centers,
bases, camps and posts worldwide. These facilities provide maintenance,
repair and overhaul functions in support of aviation, automotive and
marine weapon systems. This BAA focuses on industrial items that are
typically located at or near the point of use (commonly referred to as
"bench stock" or "pre-expended bin stock"). The object is to utilize
advanced and innovative logistics techniques to provide eff~icient
supply chain management and parts inventory control at a level that
will assure weapon system readiness. The vendor supporting this program
should investigate innovative and creative business solutions that lead
to or enable advances in COSCM. The purpose of this BAA is to announce
DISC's intention to solicit industry for concept papers (CPs) to
support this initiative and enter into contractual agreement(s) with a
firm(s) who will function as a parts supplier/parts integrator and/or
a "Prime Vendor" (PV). This entity will be expected to furnish
industrial spare parts and incidental supply chain management, operate
a paperless system, eliminate redundancies and simplify procedures so
as to remove the constraints of the current procurement process for
buying spare parts, and also provide a cost-effective method of
operation. A CP will outline, describe and otherwise explain the
vendor's approach to supporting this initiative and the manner in which
it will maintain source(s), manufacturers, producer(s), and other
supplier(s) available for the furnishing of these spare parts and/or
other services in case of a national emergency, and to achieve
industrial mobilization in time of war, international turmoil, and any
unanticipated surges in requirements. Any entity who desires to enter
into a contractual agreement with DISC should prepare a CP in response
to those requirements set forth in each addendum to this BAA in which
you wish to participate. Each CP should reflect the methodology by
which the PV will function as parts supplier/parts integrator who can
provide cost-effective methods of operation. The CP should also address
innovative methods of incentivizing performance and reducing costs as
performance progresses and the PV realizes economies of scales
throughout the life of the contract. Vendor performance will be
measured in terms of parts availability, inventory control, parts
distribution (when applicable), product quality and cost savings. In
addition, the vendor is expected to provide performance information
during the contract in an electronic data format which can be used by
both DISC and the customer. DISC seeks innovative methods to
incentivize performance and reduce cost in the outyears and as the
contractor realizes economies of scale. Performance measures, goals and
incentives will be negotiated for each year of the contract. Specific
performance goals will be established for use by DISC in determining
whether any unilateral options available to DISC will be exercised All
Concept Papers will be evaluated by the following criteria: (1) COSCM
Concept should address an inventory control and distribution system,
describing the control mechanisms that will be utilized to monitor the
status of parts provided, ability to incorporate new parts,
acknowledge damaged and excess materials, and record how parts will be
distributed to the end user as required at each site. In addition, a
quality plan should be addressed, to describe how a firm maintains
and/or provides product traceability, inspection, test controls,
process controls, corrective actions, warranties (remedies for
non-conforming material) and its calibration system, (2) Industrial
Readiness Support Concept that enhances the defense readiness and
mobilization including the capability to respond to unforeseen
increases in requirements due to military mobilization or operational
rescheduling in both the short term (surge capability) and the long
term (sustainment), (3) Past Performance and Corporate Experience
should include references for the last three years, both commercial and
Government, for whom the vendor has provided similar items with similar
quality requirements, levels of complexity, support and availability,
(4) Management Plan should describe the process in which product price
and full cycle costs reductions will be experienced for each year of
the contract as well as a plan to achieve a Government/contractor share
ratio for price reduction savings for each year of the contract, (5)
Small Business/Small Disadvantaged Business and Women-Owned
Subcontracting Plan in accordance with the provisions of FAR 52.219-9,
and (6) DLA MENTORING BUSINESS AGREEMENT (MBA) PROGRAM as found in
DLAR 52.219-9002 & DLAR 52.219-9003. These clauses will be made
available in the resulting addenda to this announcement when required.
The order of importance for these factors shall be established in each
subsequent addendum. CPs submitted shall be evaluated against the
established criteria and if deemed to have merit, the Government will
ask offeror(s) to submit proposal(s) for subsequent negotiations for
possible contract awards. 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 and the
manner in which price will be established are also important factors.
The final award decision will then reflect an integrated analysis of
expected outcomes and the price to achieve these results. Vendor's CPs
will be submitted in response to forthcoming addenda to this
announcement. These addenda will include statements detailing the
desired level of support for the sites being considered for this
initiative. Initially, DISC will be requesting CPs for three specific
sites, Oklahoma City -- Air Logistics Center (OC-ALC), Tinker AFB, OK
(see addendum #1), Warner Robins -- Air Logistics Center (WR-ALC),
Robins AFB, GA (see addendum #2), Naval Depot, Naval Air Station North
Island (NADEP-NI), San Diego, CA (see addendum #3) and the Ogden --
Air Logistics Center (OO-ALC), Hill AFB, Ogden, UT. Performance periods
may vary at each site and therefore will be detailed in the subsequent
addenda to this announcement. Each of these addenda willprovide
instruction on who to contact at DISC and how to obtain a copy of the
Proposal Information Package (PIP). The PIP will contain a tailored
description of the requirements for each customer site and a complete
parts listing. In order to minimize unnecessary effort in concept paper
preparation and review, it is suggested that concept papers be
submitted in two stages. All vendors responding to any forthcoming
addenda are encouraged to prepare a CONCEPT PAPER ABSTRACT in advance
of a full concept paper. This should be a summary document not to
exceed 10 pages. Upon review DISC will provide written feedback on the
likelihood of a full concept paper being considered. At this time a
complete concept paper should be submitted. The submittal requirements
for a concept abstract and the CP will be detailed in any forthcoming
addenda. In these addenda a list of the Federal Supply Codes (FSC)
will be furnished as well as a description of the level of support that
will be needed. Due to the enormous size of the actual parts lists
found on some of the sites, parts lists may be provided on 3-1/2 in.
disk. These disks should at a minimum contain a list of the parts by
National Stock Number (NSN) or Original Equipment Manufacturer's (OEM)
part number and will also include the annual estimated usage. To
receive the PIP for a particular site, all interested parties should
contact the assigned DISC representative for that site as will be
referenced in each addendum. This BAA will be effective for a period
not to exceed three (3) years and will be periodically re-published,
during that time, for the inclusion of future addenda. In addition,
this announcement, addenda to this announcement, PIPs and data listings
can be found on the DISC World Wide Web Site which can be accessed at
http://www.disc.dla.mil. Any further information regarding this
announcement can be directed to the attention of Mr. Robert Tomczak,
who can be reached at (215) 697-4717, FAX # (215) 697-0355 or via
Electronic Mail (E-MAIL) at rtomczak@~disc.dla.mil or to DISC, 700
Robbins Avenue, Bldg. 36/3 (Attn: R. Tomczak, DISC-PPI), Philadelphia,
PA 19111-6098. Information regarding a specific addendum should be
requested from the DISC point of contact cited in the subject
addendum. Loren Data Corp. http://www.ld.com (SYN# 0760 19970206\SP-0008.MSC)
SP - Special Notices Index Page
|
|