Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 30,1999 PSA#2378

Defense Supply Center Columbus, PO Box 16595, DSCC-PBAB, Columbus, OH 43216-6595

25 -- VEHICULAR EQUIPMENT COMPONENTS SOL SP0700-99-R-0099 POC Jann Cook, 614-692-2139, fax 614-693-1534 The Defense Logistics Agency (DLA) has developed a logistics support concept known as Prime Vendor. The main goal of this effort is to provide improved logistics support to the military customer by applying commercial distribution systems and practices to the military support infrastructure. A "Prime Vendor" is awarded a contract to provide integrated logistics support for a region, product line, or specific customer. The Prime Vendor assumes total supply chain management which includes inventory management, distribution, parts acquisition, and material forecasting. A significant feature of Prime Vendor contracts is that the customer interfaces directly with the Prime Vendor, thus the contracts will be as flexible and broadly stated as possible, so that the Prime Vendor can provide the support required by the customer, to include changes in the method of support as the customer's environment changes. The benefits expected from a Prime Vendor arrangement are significantly decreased order ship time, Government reductions in wholesale and retail inventory, and an overall reduction in Government costs to provide logistics support. The Defense Supply Center Columbus (DSCC) has DLA Inventory Control Point responsibility for land based vehicles and weapon systems. DSCC has developed the Fleet Automotive Support Initiative (FASI), which applies the Prime Vendor model to its support of customers' automotive fleets. Under FASI, the continental United States has been divided into five regions. This solicitation will result in Prime Vendor contract awards in three of the regions; i.e., West Central, East Central and South Central. The initial contract period will be for two years beginning on the date of award, with three additional option years available. Each Vendor will be required to support the identified vehicles at military installations within the region(s). Contract(s) will result with award for an integrated supply chain manager, under the Virtual Prime Vendor (VPV) program. The VPV should be capable of providing integrated logistics support for automotive/vehicle parts within a particular region. The VPV must be capable of achieving a 98% on-demand issue rate; have the ability to forecast the customer's future needs and develop required levels of inventory. The VPV must be capable of providing value added anticipatory services such as, technical support, local Customer Service Representatives and meet surge and sustainment requirements during times of mobilization. As DSCC solicits each region, a lead military installation will be identified as the initial site. The lead site will specify vehicles and customer requirements to be supported. Contract award for the region will be based on the evaluation of Vendors' proposals for the initial site's requirements. After contract award, and once the initial site is implemented, other customers' requirements within the region may be added to the contract. These sites may include any DoD activity, as well as the Reserves and National Guard. The solicitation will contain an alternative set-aside provision. All interested firms are encouraged to submit offers in response to this solicitation. However, the Government will restrict competition to eligible concerns in accordance with the following set-aside order of precedence. Evaluation for award will be made in accordance with evaluation criteria found in Section M of the solicitation. A separate award is anticipated for each of the three Regions. (a) In accordance with FAR 19.8, an award for each region under this solicitation will be made on a competitive basis to an eligible Section 8(a) business concern, provided that a minimum of two competitive offers are received from eligible Section 8(a) concerns and price does not exceed the fair market price as established in accordance with FAR 19.807. FAR 52.219-18 -- "Notification of Competition Limited to Eligible 8(a) Concerns" and DFARS Clause 252.219-7010 -- "Alternate A" will apply to any resulting contract. (b) If a minimum of two offers from eligible 8(a) concerns are not received, award will be made to an eligible HUBZone concern, provided that a minimum of two competitive offers are received from HUBZone concerns at prices that do not exceed the fair market price as established in accordance with the reasonable price guidelines in FAR 15.404-1(b). FAR Clause 52-219-3 -- "Notice of Total HUBZone Set-Aside" will apply to any resulting contract. (c) If a minimum of two offers from eligible HUBZone concerns are not received, award will be made to a small business in accordance with FAR 19.5, provided that a minimum of two competitive offers are received from qualified small business concerns at prices that do not exceed the fair market price as established in accordance with the reasonable price guidelines in FAR 15.404-1(b). FAR Clause 52.219-6 -- "Notice of Total Small Business Set-Aside" will apply to any resulting contract. (d) If a minimum of two offers from qualified small business concerns are not received, the award will be made on the basis of unrestricted competition among all offerors. The evaluation preference regarding HUBZone concerns set forth in FAR 52.219-4 -- "Notice of Price Evaluation Preference for HUBZone Small Business Concerns" will apply. Copies of the solicitation may be obtained from DSCC, ATTN: Industry Coordination Office/PBAB, P.O. Box 16704, Columbus, OH 43216-5010 or by fax 614-692-2262. Estimated Closing date for the solicitation is August 18, 1999. See Note(s) 12 and 26. Posted 06/28/99 (W-SN347889). (0179)

Loren Data Corp. http://www.ld.com (SYN# 0216 19990630\25-0001.SOL)


25 - Vehicular Equipment Components Index Page