|
COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 8,1997 PSA#1987BROAD AGENCY ANNOUNCEMENT THIS IS AMENDMENT #2 TO ADDENDUM #4 OF THE
BROAD AGENCY ANNOUNCEMENT (BAA) SP0500-97-BAA01 (AMENDMENT #1). Note:
This second Amendment to Addendum #4 includes clarifications in the
requirements for the USAF Air Logistics Centers listed below. This
Amendment replaces Amendment #1 to Addendum #4 in its entirety. 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 as part of their Supply Chain Management Concept
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 innovative and efficient
supply chain management for aircraft spare parts to the three (3) ALCs,
to include: inventory control, forecasting, and engineering and
technical services. 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 outcomes of this initiative are to
achieve a reduction in total logistics costs and a reduction in the
time required to accomplish the customer's overhaul and maintenance
missions, as well as reliable direct industry surge and sustainment
capability. The concepts will be evaluated for their ability to provide
the innovative type of Supply Chain Management currently being employed
in support of maintenance activities for the Commercial Airline
Industry. In addition to providing the required supplies, the Supply
Chain Management concept must demonstrate the ability to forecast, and
provide anticipatory services. (i.e. kitting capability, engineering
and technical services). 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 provide a system and process
that will assure a 100% availability rate for required parts. 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. NOTE: The following "Description of Activities"
area details information about the current operations. Prospective
vendors should review this information as baseline conditions from
which to formulate improved logistical solutions. Vendors should
determine the most efficient solution possible to enable the customers
to perform their missions. 2. DESCRIPTION OF ACTIVITIES A. OKLAHOMA
CITY AIR LOGISTICS CENTER Tinker AFB Oklahoma The customer requires the
contractor to be responsible for managing those bench stock areas
currently operating 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 currently operating 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 currently operating 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 Proposer Information Packet for Amendment #2 to
Addendum #4 of BAA SP0500-97-BAA01 for additional information on
evaluation factors) 1. Customer Oriented Supply Chain Management
Concept a. Leveraging information technology and communication to
achieve efficiency of operation b. Technical Feasibility 2. Industrial
Readiness Support Concept 3. Level of Confidence a. Corporate
Experience b. Past Performance c. Management Plan d. Realism of
expected outcomes 4. Competition Goals. 5. Small Business/Small
Disadvantaged Business Program/Women Owned Subcontracting Plan 6. 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. CP(s) 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 19 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# 0381 19971208\SP-0005.MSC)
SP - Special Notices Index Page
|
|