Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 13,1997 PSA#1971

THIS AMENDMENT TO ADDENDUM #4 REPLACES THE ORIGINAL ADDENDUM #4 IN FULL THIS IS AMENDMENT #1 TO ADDENDUM #4 OF THE BROAD AGENCY ANNOUNCEMENT (BAA) SP0500-97-BAA01 (AMENDMENT #1). Note: This amendment to Addendum #4 replaces the text of the original Addendum #4 in full. The Defense Industrial Supply Center (DISC), Philadelphia, is pursuing innovative methods of providing Customer Oriented Supply Chain Management in support of spare parts at various military centers, bases, camps and posts. This BAA is for three (3) Air Logistics Center, Oklahoma City (OC-ALC), Tinker AFB, OK, Warner Robins (WR-ALC), Robins, Georgia and Ogden (OO-ALC), Ogden, Utah in support of their supply items currently stocked in bins located near the maintenance lines which provides maintenance, repair and overhaul functions in support of aviation weapons systems. The types of items the contractor shall be required to provide are cataloged under Federal Stock Classes (FSC) 1015, 1280, 1377, 1560, 1620, 1630, 1650, 1660, 1670, 1680,1730, 2640, 2835, 2840, 2915, 3020, 3040, 3110, 3120, 3130, 4010, 4020, 4030, 4130, 4140, 4240, 4320, 4330, 4540, 4710, 4720, 4730, 4810, 4820, 5305, 5306, 5307, 5310, 5315, 5320, 5325, 5330, 5335, 5340, 5344, 5350, 5355, 5360, 5365, 5640, 5905, 5906, 5910, 5920, 5925, 5930, 5935, 5940, 5945, 5950, 5961, 5970, 5975, 5980, 5985, 5990, 5995, 5999, 6110, 6140, 6145, 6150, 6210, 6220, 6230, 6240, 6250, 6260, 6310, 6620, 6625, 6685, 6810, 6830, 6850, 6930, 7240, 7340, 7350, 7510, 7530, 7920, 8030, 8140, 8305, 9160, 9330, 9390, 9505, 9510, 9515, 9525, 9530, 9535, 9540 & 9905. 1. SCOPE Any interested parties should propose a method to provide efficient supply chain management, inventory control, forecasting, and engineering and technical services of aircraft spare parts to the three (3) ALCs. The resultant contract will have a base period of two (2) years with three (3) one year option periods, for a maximum of five (5) years. The projected outcome of this initiative is to achieve a reliable direct industry surge and sustainment capability that will lead to a reduction in total logistics costs and a reduction in the time required to accomplish the customer's overhaul and maintenance mission. The concepts will be evaluated for their ability to provide supplies, supply chain management, forecasting, engineering and technical services, and configuration management. The items required under the subject contract will be specific parts associated with aircraft and aircraft engine maintenance, repair and overhaul performed at the Air Logistics Centers. Those items must conform to specifications, standards, quality conformance, quality certifications, identification and shelf life requirements as defined by the item description for each item. The customer's goal is for the contractor to maintain bench stock, at each site, at a level that will assure a 100% availability rate. The vendor may also be required to supply related items that have not been defined as "bench stock" on an as need basis, based on customer request for support. 2. DESCRIPTION OF ACTIVITIESA. OKLAHOMA CITY AIR LOGISTICS CENTER Tinker AFB Oklahoma The customer requires the contractor to be responsible for managing those bench stock areas at OC-ALC identified herein. There are four (4) weapon systems, KC-135, E-3, B-52, B1B, with six (6) locations in four (4) buildings and the aircraft accessories areas with four (4) locations in three (3) buildings. B. WARNER ROBINS AIR LOGISTICS CENTER Robins AFB Georgia The customer requires the contractor to be responsible for managing those bench stock areas at WR-ALC identified herein. There are four (4) weapon systems, F-15, C-130, C-141, and the C-5 with eight (8) locations in three (3) buildings and the aircraft accessories area with approximately 22 bin locations in four (4) buildings. The customer also requires the contractor to be responsible for the managing of the C-5 weapon system at a future date. C. OGDEN AIR LOGISTICS CENTER Hill AFB Utah The customer requires the contractor to be responsible for managing the bench stock areas within the Aircraft Directorate. There are two (2) weapon systems, F16, C130, located in four (4) buildings with a total of thirteen (13) vidmar locations. The aircraft landing gear overhaul area is located in one (1) building with two (2) vidmar locations. The aircraft commodities (locations to be provided later). Only DISC data for the F16 and C130 bench stock items are listed on the internet. The balance of Ogden's data will be provided at a later date. 3. EVALUATION CRITERIA The following factors will be evaluated for their Technical Merit and are shown in descending order of importance: (See amendment #1 to BAA SP0500-97-BAA01, dated 26 August 1997, for additional information on evaluation factors) 1. Customer Oriented Supply Chain Management Concept a. Technical Feasibility b. Realism of Expected Outcomes 2. Industrial Readiness Support Concept 3. Information Technology 4. Past Performance/ Corporate Experience 5. Management Plan 6. Competition Goals. 7. Small Business/Small Disadvantaged Business Program/Women Owned Subcontracting Plan 8. DLA Mentoring Business Agreement (MBA) Program 4. GENERAL INFORMATION This announcement is an expression of interest only and does not commit the Government to make any award or to pay for any response preparation costs. All interested parties should contact the DISC POC to receive a copy of the list of items for OC-ALC, OO-ALC and WR-ALC. These lists may be found on the DISC Home Page (http: www.disc.dla.mil) under the heading Broad Agency Announcements or may be provided on a 3 1/2" floppy disk. A copy of SP0500-97-BAA01 Amendment #1, the Proposer Information Packet (PIP) and the floppy disk is available upon request from the POC. The data for the C5 for WR-ALC and the data for the landing gear overhaul areas and the commodities directorate shops for OO-ALC will be available at a later date. The PIP provides further information regarding the scope of the project, submission of CPs, CP format and other general information. 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 award. The submittal of the CP is required no later than 1:00 PM EST on 05 DEC 1997. Any CPs received subsequent to that date will not be considered for this requirement in the initial review of the CP, but may be considered at a later time. It is recommended that the page limit of the CP not exceed fifty (50) pages. This PIP may be obtained via the DISC WEB PAGE (http://www.disc.dla.mil) found under the category "BAA". Vendors may also request a copy of the PIP from the POC listed below via e-mail or through regular mail. Proposers are to submit an original and four (4) copies of their concept paper (in hard copy) and one copy of the concept paper, on a 3 1/2 in. disk, in MICROSOFT OFFICE format to the following address: Defense Industrial Supply Center, ATTN: DISC-PODP (Bid Opening Officer), 700 Robbins Avenue, Philadelphia, PA 19111-5096. POC for issues regarding this addendum is Judi Tomaselli, DISC-AP (Email: jtomaselli @disc.dla.mil, Telephone: (215)697-5620). This notice in conjunction with the Proposer Information Packet, Amendment #1 to the basic BAA #SP0500-97-BAA01, constitutes the total BAA. No other information is available, nor does DISC anticipate issuing a formal solicitation regarding this announcement. The government reserves the right to select for award all, some or none of the proposals received.

Loren Data Corp. http://www.ld.com (SYN# 0410 19971113\SP-0003.MSC)


SP - Special Notices Index Page