|
COMMERCE BUSINESS DAILY ISSUE OF JUNE 22,2000 PSA#2627Defense Supply Center Richmond, 8000 Jefferson Davis Highway, Richmond,
VA 23297-5000 16 -- 54H60/54460 PROPELLER SYSTEMS FOR THE C-130, P-3 AND E2/C2
AIRCRAFT DUE 072000 POC Elizabeth
Brown/DD179/(804)279-5259/ebrown@dscr.dla.mil, Fax (804) 279-3715
REQUEST FOR INFORMATION Virtual Prime Vendor (VPV) Program Worldwide
Wholesale Support 54H60/54460 Propeller Systems for the C-130, P-3 and
E2/C2 Aircraft 1.0. SCOPE. The Defense Supply Center Richmond (DSCR)
intends to continue Virtual Prime Vendor support for the maintenance,
repair, and rebuild of the 54H60/54460 propeller systems for the C-130,
P-3 and E2/C2 aircraft. The purpose of this Request for Information
(RFI) is to provide vendors the opportunity (1) to express an interest
in performing as the VPV for this initiative and (2) to demonstrate a
minimum capability to support the identified propeller systems.
Vendors having an interest in this program should address the
requirements identified in Paragraph 3.0. 1.1. VPV Concept: The VPV
program is the "commercial practice" of providing third party logistics
support. Under a VPV arrangement, a private sector vendor functions as
both supply and distribution manager on behalf of the Defense
Logistics Agency (DLA). The contractor functions as thesingle source of
supply and provides inventory management, forecasting, quality control,
receipt processing, storage, packaging and transportation of specified
part required to support DLA's customers. Successful performance
requires the ontractor 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 systems. 1.2. Concept Goal: The goal of the
VPV program is to apply these innovative, state of the art logistics
support methodologies to improve weapon system readiness and customer
satisfaction by dramatically improving DLA's responsiveness and
quality, while simultaneously reducing associated costs. 1.3.
Background. Since 1996, DLA has used a VPV arrangement with Hamilton
Sundstrand (Hamilton) to provide logistical support for the identified
propeller systems at the Warner Robins Air Logistics Center (WR-ALC),
Robins, Georgia. That support subsequently expanded to include support
at the Naval Aviation Depot (NADEP) Cherry Point, North Carolina and
all other worldwide customers. This arrangement was DLA's first VPV
contract and served as a pilot for other VPV efforts. Because of the
success the program has demonstrated, DLA, through DSCR as the
principal contracting activity, intends to continue its support of
these customers through an extended VPV arrangement. 1.4. Objective:
The objective of this RFI is to provide vendors the opportunity (1) to
express an interest in performing as the VPV for this initiative and
(2) to demonstrate a minimum capability to support the identified
propeller systems. As stated above, DLA intends to continue to support
its customers through a continuation of the VPV program. Currently,
only Hamilton has demonstrated that interest and ability. DSCR is
unsure whether other vendors have an interest in or are capable of
acting as a VPV for the identified propeller systems. However, in an
effort to maximize competition and provide the best possible logistics
solution for our customers, DSCR wants to give all vendors an
opportunity to express an interest in the program. DSCR hopes that
interested vendors will make those interests known in response to this
RFI and provide sufficient minimal information to enable us to assess
the capability of any vendor to provide the products and services
envisioned for supporting the identified propeller systems. 2.0. VPV'S
QUALIFICATIONS. To be successful, any contractor serving as a VPV must
have certain minimal qualifications. Those include: 2.1. Manufacturing
Capability and Supplier Relationships: The contractor must have either
the manufacturing capability or definite relationships with the
necessary suppliers to provide all the parts required for the
identified propeller systems. A number of the parts that support these
systems are available only from a single source. To meet the
customers' requirements, the contractor must have agreements with those
sources to provide those parts. 2.2. Integration: The contractor must
have the ability to act as a supply integrator providing comprehensive
logistics support. The contractor must be able to simultaneously
analyze and forecast customer demands, maintain parts availability, and
arrange for transportation of those supplies to the specified
destinations. The contractor must have the ability to manage the supply
chain, not just one or several portions of it. The contractor must
possess a working level knowledge of manufacturing, maintenance, and
logistics management operations. 2.3 Information Technology: The
contractor must have sufficient information technology resources
available to provide electronic data interchange, analyze and forecast
customer demands, manage inventory levels, and provide updated
databases accessible by government personnel. 2.4 Financial Resources:
The contractor must have sufficient financial resources available to
maintain purchases of needed parts to meet customer demands. This may
include the need to purchase and maintain sufficientinventory levels to
satisfy manufacturing and production lead times. 3.0. VPV and PROGRAM
OBJECTIVES. 3.1. Vendors interested in this program should submit an
expression of interest in which they address their ability to satisfy
each of the objectives listed below. DSCR is particularly interested in
learning whether there are vendors other than Hamilton who are capable
of satisfying the VPV and program objectives for the identified
propeller systems. Be as specific as possible in your response and
provide as much information as possible. Please indicate clearly your
desire to act as the VPV for these systems. 3.2. The VPV and Program
objectives are: 3.2.1 The vendor shall provide worldwide wholesale
consumables support (and reparables support for some Air Force managed
items) for the 54H60/54460 propeller systems that are applicable to
the C- 130, P-3 and E2/C2 aircraft. 3.2.2 The vendor shall provide
wholesale consumables support to the Scheduled Depot Level Maintenance
(SDLM) at the Naval Aviation Depot (NADEP) maintenance activity at
NADEP Cherry Point, North Carolina and Programmed Depot Maintenance
(PDM) line at Warner Robins Air Logistics Center (WR-ALC) Robins,
Geogia in support of the targeted weapons systems/reparables rebuild
and overhaul requirements. WR-ALC support will include some Air Force
managed reparables. 3.2.3 The vendor shall assume all risk associated
with technical, schedule, financial, pricing, transition, readiness, or
other factors, which may impede the success of the VPV application. The
vendor will establish risk mitigation mechanisms appropriate for each
risk identified in the program. 3.2.4 The vendor shall function as the
single source of supply and will operate or outsource the overall
capacity to arrange for purchase, inventory management, forecasting,
quality control, receipt processing, storage, packaging and
transportation of specified parts. 3.2.5 The vendor shall provide
on-site liaison support to the PDM line at Warner-Robins ALC and
liaison support (need not be on-site) to the SDLM line at Cherry Pt.
3.2.6 The vendor shall leverage rivate sector, best business practices
in information and distribution technologies. The vendor shall
integrate commercial and military supply and worldwide distribution
systems using Electronic Data Interchange (EDI) and Direct Vendor
Delivery (DVD) for NSNs on this contract. 3.2.7 The vendor shall
provide the system interfaces (capability, architecture, and
compatibility) necessary to ntegrate its commercial systems into
government systems for the VPV arrangement. 3.2.8 The vendor shall, at
a minimum, meet or exceed an order- to-ship time metric on 85% of the
requisitions by the end of the first six months, 90% by the end of the
first year, and 5% by the end of 18 months after program inception.
3.2.9 The vendor shall, at a minimum, meet or exceed a time-on-
backorder metric on 85% of the backordered requisitions by the end of
the first six months, 90% by the end of the first year, and 95% by the
end of 18 months after program inception. 3.2.10 The program shall be
responsive to short-notice (surge) requirements in support of
worldwide contingency operations. 3.2.11 The vendor shall interface and
coordinate with current and future government OEM and after-market
contractors (IPV, CLS, Sole Source, Competitive, etc.) and incorporate
these contracts into their performance plans. 3.2.12 The vendor shall
establish a network of suppliers capable of meeting the requirements
of the VPV arrangement. 3.2.13 The vendor shall provide for the
reduction of government wholesale stocks of repair part consumables
during the initial stages of vendor performance. 3.2.14 The vendor
shall establish a wholesale cost recovery structure consistent with
that commercially available through third party logistics providers.
3.3 Contracting Objectives: The vendor contract award target will be
one year from the publication of the RFI. The vendor shall provide a
90-day post-award phase-in plan. Performance monitoring shall commence
at the conclusion of this period. The implementation vehicle will be
a standard firm fixed price with incentive with a contract duration
that would best support the implementation of this VPV initiative. 4.
GOVERMENT DATA. The Government shall make available for contractor
review and/or retrieval DLA records pertaining to representative NSN
listings with relevant information such as demand history and assets
on-hand. Posted 06/20/00 (W-SN466683). (0172) Loren Data Corp. http://www.ld.com (SYN# 0153 20000622\16-0001.SOL)
16 - Aircraft Components and Accessories Index Page
|
|