Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 22,2000 PSA#2627

Defense 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