Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF APRIL 3,1998 PSA#2066

Contracts Department, P. O. Drawer 43019, MCLB, Albany, GA 31704- 3019

R -- CBIRF SOL M67004-98-BAA01 DUE 051898 POC Capt. Mike Christian, Code 895, (912)439-6787. The Marine Corps Logistics Base (MCLB) Albany, GA, serves within the Marine Corps as the Life Cycle Management and Logistics Support Center for Marine Forces worldwide. MCLB Albany is interested in pursuing unique and innovative approaches for providing logistics support to the Chemical/Biological Incident Response Force (CBIRF) and other military organizations. A key goal of this effort is to develop a capability that can be exported to support forward deployed Marine Expenditionary Units (MEUs) and possibly, other Department of Defense components in the United States and throughout the world. Potentially, up to ten regional support arrangements may be employed. It is envisioned that this support will help to maintain the highest state of systems readiness, to include surge and sustainment capability of these units and their ability to repair, rebuild and/or replace systems and support equipment for training and combat operations. To facilitate performing to the expected objectives, new strategies aresought utilizing advanced manufacturing, distribution and materials management techniques to improve turn around time and the ability of the industrial base to respond to changes in customer demand which will effectively reduce overall cost to the Government. This requires integration of commercial and military supply and distribution systems, electronic commerce/electronic data interchange (EC/EDI), management of demand based customer inventory and direct vendor delivery. This is an integrated logistics support concept and 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 technical support and training services. The private sector provider of this service would establish a partnership between the military customer, MCLB and other supply sources. The purpose of this BAA is to announce that MCLB is soliciting concept papers (CP)s for these efforts substantially in accordance with the "Prime Vendor" (PV) concept. Concepts should be directed at providing improved integrated logistics support for land based systems and support equipment. The successful PV contractor(s) will be expected to provide and/or coordinate the logistics support effort, to include unit training, for the full range of parts and components consumed in support of systems, specifically, certain Biological and Chemical Defense and Protection Equipment, Medical Equipment and General Service Support Equipment. However, future addenda may be published to solicit CPs for the logistics support of additional tactical and non-tactical equipment. Additionally, units supported during training and contingency deployments will require goods and services from the local economy. Examples of these are: building materials, temporary shelters, laundry facilities/equipment, mess facilities/service, power generators, buses, automobiles and general transportation. It is encouraged that CPs address the contractor's ability to respond rapidly to this requirement. Those contractors who address this requirement will be considered more favorably. The equipment to be supported are primarily found under Federal Supply Codes (FSC) 2310, 2320, 4110, 4120, 4230, 4240, 4310, 5410, 5820, 5836, 5895, 6115, 6210, 6230, 6515, 6540, 6630, 6665, 6685, 6695, 6720, 6730, 6780, 6910, 7050, 8115, 8415, 8430, 8470, 8475 and 9905. CPs should address logistics support targeted toward these systems and may address other logistics services as well. CPs should not only address a company's ability to provide items, but should also consider such factors as distribution methods, manufacturing sources, item availability, market conditions, etc. DLA has issued similar Broad Agency Announcements for aviation weapon systems, general troop support and the Fleet Automotive Support Initiative (FASI). It will be incumbent upon the PV contractor(s) to determine the best method of support to meet the performance criteria of the program and the expectations of the military customer. Teaming arrangements between devlopers and systems integrators, universities, research institutes or other collaborators are encouraged. Single contractors should anticipate the possibility of being expected to work with other organizations if they receive an award. PROGRAM SCOPE: Any interested parties should propose a method, to provide efficient supply chain management and logistical support, that should not exceed five years, however, parties should also include procedures that, if adopted, would last until the extinction of the program. The primary objectives of this effort are to lower overall logistics support costs and to improve existing logistical support capabilities. Technologies which have a significant impact on key logistics metrics, such as backorders, customer complaints, cost of quality, inventory reduction, price, procurement administrative lead time and combat readiness should be given the highest priority. CPs are to include a discussion of pricing methodology as well as the proposer's preferred type of contract. Contract awards, if any, are expected to be made in the beginning of the third quarter of fiscal year 1998 and may continue until this BAA is cancelled or has run to completion. 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 any resulting contract will have performance objective which are part of the option decision evaluation, to include achievement of socioeconomic objectives. The CP should describe the contractor's approach to supporting this initiative and the manner in which it will maintain sources, manufacturers, producers and other suppliers available to furnish these parts and services during peace time, national emergencies, time of war, internatinal turmoil and any unanticipated surge requirements. Also, the proposer is expected to provide performance information during the contract period in an electronic data format which can be used by both MCLB Albany and the customers. The CP should also address innovative methods of performance that will reduce costs as performance progresses and the PV realizes economies of scale. EVALUATION CRITERIA: The contractor shall address in the CP each of the following areas that will be considered as part of the evaluation process. The factors are listed in order of importance. (1) Integrated Supply Chain Management: The Government will evaluate the concept for its ability to provide supplies, services, training, supply chain management, forecasting, engineering and technical services, and a tailored inventory management system for full support of customer activities. (2) Industrial Readiness Support Concept: The Government will evaluate the concept to ensure that supplies and supply chain management will be sustained in case of national emergency and will achieve industrial mobilization in time of war or other surge conditions. (3) Past Performance/Corporate Experience: The Government will evaluate the contractor's experience with efforts of similar scale and scope as well as the level of performance on such efforts. The offeror should submit a listing of prior Government and commercial contracts similar to the one offered in the CP. (4) Management Plan: The Government will evaluate the contractor's organizational controls and managerial approach over its work force, suppliers, and distribution and quality systems. The Government will evaluate the criteria and plan for selecting and monitoring performance of suppliers and subcontractors to ensure receipt of supplies and services is consistent with distribution needs and quality standards. (5) Information Technology: The CP will be evaluated for its ability to provide an interface with organic information systems and how such an interface will be transparent to the end user. In addition, the Government will evaluate the concept to determine the extent to which information technology is currently being employed and the extent towhich the contractor intends to implement the technologies in any resulting contract. (6) Competition Goals: The Government will evaluate the offeror's contractual alliances with suppliers and subcontractors wo ensure that there is robust competition at the supplier level and to ensure that such alliances or contractual relationships exist with the offeror and how this is ultimately beneficial to the Government in terms of cost effectiveness, availability and quality. (7) Small Business/Small Disadvantaged Business/Woman Owned Business Subcontracting Plan: The Government will evaulate concepts to determine what portion of their proposal will be subcontracted to these businesses in terms of percentages and dollars. The contractor should submit specific socioeconomic objectives for each year of their proposed contract. GENERAL INFORMATION: (1) Contract type: 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 arrangement suitable for the concepts selected for consideration. As pricing proposals are evaluated, the technical merit or expected performance outcomes will be considered more important than price. Firm-fixed-price-type methodologies are preferred to the maximum extent practicable. Those proposals demonstrating commitment 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. (2) Performance Metrics: Performance metrics will be established for each potential contract. Performance measures, goals and incentives will be negotiated for each year of the contract. Specific performance goals will be established for use by MCLB Albany in determining whether any unilateral options will be exercised. (3) BAA Addenda: Addenda may be periodically published for other customers who have demonstrated an interest in the program. This interest may be the result of the customer identifying a need, or be based on an initial evaluation of a concept received from industry sources. These addenda will include statements of function and current performance for the specific organizations or systems. Performance periods may vary and will be detailed in the subsequent addenda. Each addendum will provide instruction on who to contact at MCLB Albany and how to obtain a copy of the Proposer Information Package (PIP). The PIP will contain a tailored description of customer operations, weapon or support systems, current operations, and an expected parts and service listing. The submittal requirements for all CPs resulting from any forthcoming addenda will be detailed therein or may be obtained from the point of contact listed below. The Government may elect to issue a Request for Proposal (RFP) in lieu of, or subsequent to, an addenda to this BAA if determined more appropriate. In the addenda, a list of related equipment/services expected to be supplied will be furnished. (4) Contact Information: In addition to this announcement, PIPs and data listings can be found on the MCLB Albany WWW site which can be accessed at http://www.ala.usmc.mil/contracts/main1.htm. Any requests for futher information regarding this announcment can be directed to the attention of: Capt. Mike Christian, Contracts Department (Code 895), Marine Corps Logistics Base, PO Drawer 43019, Albany, GA, 31704-3019, christianm@ala.usmc.mil, (912)439-6787. This BAA will remain open for 36 months. This notice in conjuctions with specific PIPs, constitutes the total BAA. The PIP provides further information on the following: areas of interest, general expectations, submission process, evaluation criteria and concept paper format. The PIP is required, and may be obtained by electronic mail or fax. As a result of customer/industry market research or receipt of concepts, an addendum to the BAA maybe published, specific to a weapon system or customer, etc. A formal RFP or other solicitation regarding this announement is not anticipated but may be issued in lieu of or following a specific addendum. The Government reserves the right to select award for all, some or none of the CPs, or portions of CPs, received. All responsible sources capable of satisfying the Government's requirements may submit a CP which will be considered by MCLB Albany. (0091)

Loren Data Corp. http://www.ld.com (SYN# 0083 19980403\R-0009.SOL)


R - Professional, Administrative and Management Support Services Index Page