Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 11,1998 PSA#2114

BAA -- 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