|
COMMERCE BUSINESS DAILY ISSUE OF JUNE 11,1998 PSA#2114BAA -- N00383-98-BAA01 ORGANIC INDUSTRIAL ENTERPRISE LOGISTICS SUPPORT
AND SUPPLY CHAIN MANAGEMENT The Naval Inventory Control Point
(NAVICP) serves within the claimancy of the Naval Supply Systems
Command (NAVSUP), providing program and supply support for the weapons
systems which keep the nation's Naval forces mission ready. In
partnership with the Naval Air Systems Command's (NAVAIR's) Industrial
Capabilities Competency and the Naval Aviation Depots (NADEPs), NAVICP
is interested in unique, innovative approaches for improving efficiency
while reducing total costs in managing the supply chain and providing
logistics support to the Naval aviation industrial complex (e.g., the
NADEPs). Aviation industrial programs requiring logistics support
include, but are not limited to, (Material Condition Code) "F/E"
component repair, Standard Depot Level Maintenance (SDLM), engine
overhaul, Foreign Military Sales (FMS) repair, Depot Maintenance
Interservice Support Agreement (DMISA) repair, "customer service"
repair, manufacturing, and field modification teams. In the near term,
these industrial repair and overhaul programs will experience
significant change via implementation of Manufacturing Resource
Planning (MRP II), the Integrated Maintenance Concept (IMC), and other
programs. Benefits from these programs hinge on the accurate and
time-phased availability of material used in the aviation industrial
environment. Innovative logistics approaches sought will accommodate
and support these systemic and programmatic changes, while maintaining
and improving upon the high state of weapons systems readiness, to
include responsiveness to abrupt unanticipated increases in demand
(including peacetime demand spikes, and wartime surge and sustainment
requirements). Surge and sustainment capabilities should not be solely
dependent upon increases in inventory, but rather be an inherent
feature of the innovative logistics and supply chain management
approaches proffered. The purpose of this Broad Agency Announcement
(BAA) is to announce that NAVICP and NAVAIR are seeking contractor
logistics solutions (CLS) and are soliciting concept papers addressing
the effort described above. A primary objective of this effort is to
enhance NAVICP and the Department of Defense's (DoD's) ability to
support weapons systems readiness by providing timely delivery of
material requirements despite inherent difficulties in forecasting
variations in demand. A further objective is development of a fully
integrated robust supplier network which can improve readiness while
lowering overall logistics support cost. To facilitate performing to
these intended objectives, new strategies are required utilizing and
exploiting advanced manufacturing, distribution and materials
management techniques, processes and methods to improve repair turn
around time (RTAT), and the ability of the industrial supply base to
respond to changes in customer demand and effectively reduce overall
cost to the government. This requires integration of commercial and
military supply and distribution systems, electronic data interchange
(EDI), management of demand-based customer inventory and direct vendor
delivery (DVD). Today's successful enterprises are those which are
customer-focused, flexible and horizontally-partnered with supply chain
provider(s) and their customers. Logistics knowledge-based activity
with positive, productive customer outcomes is of paramount importance.
The desired level of performance is broadly categorized in terms of
improving material availability, order fulfillment cycle time
(logistics response time -- LRT), reliability, total cost, and the
capability to deliver other information and/or technical support
services as required. Technologies, business practices and innovative
material support applications which have significant impacts on key
logistics metrics, that deal with the complexity and dynamics of the
entire supply chain, that have real-time flexible scheduling, and that
have management solutions which are predictive and adaptive and can
potentially meet current Navy needs will be given highest priority. The
private sector provider(s) of this service will act as an extension of
NAVICP and the Defense Logistics Agency (DLA), and will be expected to
establish a partnership between maintenance customers, NAVICP 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 information technology (IT) systems, including
commercial off-the-shelf (COTS) systems procured for use by DoD (such
as Western Data Systems' CompassCONTRACT system being utilized in MRP
II implementation at the NADEPs). The successful contractor(s) will be
expected to provide a concept which provides innovation in the
coordination and delivery of the supply support effort for the full
range of piece parts, components (repairables) and services utilized in
industrial (depot level) repair of aviation weapon systems. Initially,
the use of the existing Navy and DoD inventory of parts and/or
long-term contracts is required to avoid unnecessary (duplicative)
materials and/or operations expense. Once existing stocks and supply
pipelines are exhausted, it will be incumbent upon the contractor(s) to
determine the best method(s) of support to sustain performance criteria
of the program at the least cost. Teaming arrangements between
government-approved sources, developers, systems integrators,
universities, research institutes or other collaborators are
encouraged, and single offerors should anticipate the possibility of
being encouraged to work collaboratively with other organizations.
Program Scope The program seeks concepts covering two scopes. The first
involves the entire logistics supply chain associated with rendering
material supply support to the (organic) Naval aviation industrial
complex (Support to commercial aviation repair depots is not
contemplated via this BAA.) -- from anticipation and forecasting of
fleet customer demand, through repair computations associated with
satisfying that fleet demand, advance computation and determination of
material requirements associated with the required scheduled and
unscheduled repair, and on through induction and successful repair
completion. Such a scope encompasses the advance lay-in and management
of any required inventory (which the Government seeks to minimize),
and all unanticipated material requirements identified during the
repair process. Additionally, this scope also encompasses processes and
techniques for improving the timeliness and inventory accuracy
associated with movement of not-ready-for-issue (NRFI) retrograde
components (carcasses) to the NADEPs for subsequent repair induction.
The primary objective of this BAA is to seek concepts covering this
broad scope. The second type of concept sought is of a more limited
nature -- covering only the material acquisition and delivery aspects
of the aviation industrial logistics supply chain. Concepts submitted
under this limited scope are envisioned to focus on innovative ways of
synthesizing existing disparate contractual vehicle initiatives
(Direct Vendor Delivery -- DVD, Virtual Prime Vendor -- VPV, Long Term
Contracts -- LTCs, etc.) into a more robust and flexible
performance-based system. Aspects of total industrial supply chain
management such as industrial (material requirements) forecasting,
physical inventory management, awaiting parts (AWP) management, and
material dues management and expediting are to be excluded from
concepts submitted under this more limited scope. Concept papers are to
include cost data in relation to overall cost reduction or cost
avoidance to the program. Additional economic issues, including the
recommended type of contract necessary to implement the proposed
concept, are also to be included. Progress and performance will be
assessed monthly after award 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 measurable performance objectives
which are a part of the option decision evaluation, including
achievement of socioeconomic objectives. Concept submissions are
expected to integrate the supplier chain and advance NAVICP's customer
support capability while embodying the new approach(es) submitted. It
is not the intent of this BAA to obtain concepts which merely
consolidate existing sources without promise of significant improvement
in responsiveness, cost effectiveness and ability to deal with
unforeseen demand fluctuations. Evaluation Criteria Concepts will be
evaluated on technical merit, demonstrable projections of performance
improvements and/or economic efficiencies, and price or cost. The
technical evaluation criteria are listed below: 1. Organic Industrial
Enterprise Logistics Support and Supply Chain Management (Concept) 2.
Information Technology (IT) 3. Management Plan 4. Industrial Readiness
5. Past Performance/Corporate Experience During the initial
development of concepts, the Government recognizes and acknowledges
complete pricing may not be available or realistic. Initial concepts
selected for full discussions (full concept papers) will provide
pricing structures. Only those offerors whose concepts are deemed to
have sufficient merit by the technical evaluation panel will be
selected to perform a demonstration of their concept. Demonstrations
shall cover all aspects of the innovative approach(es) set forth in the
full concept papers. Time, date and location(s) of the demonstration
will be mutually agreed upon by the offeror and the Government. Upon
notification of selection for concept demonstration, offerors will be
requested to recommend pricing arrangements suitable for demonstration
of their concept. As pricing structures are evaluated, the technical
merit or expected performance outcomes will be considered more
important than price. Concepts shall commit to product or full cycle
cost reductions over the demonstration period. Customer affordability
and cost/price realism are also important factors. The final award
decision will reflect an integrated analysis of expected outcomesand
the price to achieve those results. General Information This BAA will
remain open up to 60 months. This notice, in conjunction with the
document N00383-98-BAA01, 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 formal request for proposal (RFP) or other solicitation
regarding this announcement will not be issued. The Government
reserves the right to select all, some, or none of the concept papers
received. All responsible sources capable of satisfying the
Government's requirements may submit concept papers which will be
considered by NAVICP. 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 (4) copies of the concept abstract must be submitted
on or before 4:00 PM October 5th, 1998 to receive an answer prior to
the submission date for full concept papers. Upon review, NAVICP will
provide written feedback on the likelihood of a full concept paper
being considered. Offerors must submit an original and four (4) copies
of full concept papers on or before 4:00 PM November 16th, 1998 in
order to be evaluated in the initial round of consideration. Concept
papers not meeting the format described in the PIP may not be reviewed.
Concept papers must be sent by mail. Facsimile (FAX) copies will not be
accepted and 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. Electronic mail (E-mail) is preferred. In order to assist
offerors in developing an effective concept paper (and/or concept
abstract), a Technical Information Briefing will be conducted at NAVICP
Philadelphia at 9:00 AM on Tuesday, July 14th, 1998. All interested
parties are invited to attend, but attendance is not mandatory for
consideration to be given to any concept paper submitted. The Technical
Information Briefing will consist of a complete overview of the
program, and a question and answer session. NAVICP welcomes preliminary
notice of intent to attend and/or questions by July 7th, 1998 for
review and comment at the Technical Information Briefing. After the
briefing, the full question and answer session will be posted on the
Internet at WWW.NAVICP.NAVY.MIL/CORPINFO/02/HOME02.HTM for review by
all potential offerors. Administrative Addresses Mailing: Joy Capka,
Code 0224.03 Naval Inventory Control Point (NAVICP) 700 Robbins Avenue
Philadelphia, PA 19111-5098 E-mail: joy_capka@icpphil.navy.mil Phone:
Joy Capka, (215) 697-6528 FAX: Joy Capka, (215) 697-2262 Loren Data Corp. http://www.ld.com (SYN# 0542 19980611\SP-0005.MSC)
SP - Special Notices Index Page
|
|