SOURCES SOUGHT
16 -- Sources Sought for a potential Supply Chain Management Contract for J85 Engine Support
- Notice Date
- 2/11/2025 7:09:40 AM
- Notice Type
- Sources Sought
- NAICS
- 336412
— Aircraft Engine and Engine Parts Manufacturing
- Contracting Office
- DLA AVIATION RICHMOND VA 23237 USA
- ZIP Code
- 23237
- Solicitation Number
- SPE4AX25RJ851
- Response Due
- 2/18/2025 2:00:00 PM
- Archive Date
- 03/05/2025
- Point of Contact
- Andrew AlversonDSN804-695-5468
- E-Mail Address
-
Andrew.Alverson@dla.mil
(Andrew.Alverson@dla.mil)
- Description
- Sources Sought for a potential Supply Chain Management Contract for J85 Engine Support Solicitation Number: To be advised at time of issuance DISCLAIMER: THE GOVERNMENT DOES NOT INTEND TO AWARD A CONTRACT ON THE BASIS OF THIS SOURCES SOUGHT NOTICE OR TO OTHERWISE PAY FOR THE INFORMATION SOLICITED. This Sources Sought Notice is issued for information and planning purposes only and does not constitute a solicitation. The Government requires that only non-proprietary information be submitted in response to this Sources Sought Notice. The Government shall not be liable for or suffer any consequential damages for the use of any proprietary information submitted. Responses to the Sources Sought Notice will not be returned. The responses to this notice are not an offer and cannot be accepted by the Government to form a binding contract. The Government reserves the right to reject, in whole or in part, any contractor's input resulting from this Sources Sought Notice. Responders are solely responsible for all expenses associated with responding to this Sources Sought Notice. PURPOSE: This Sources Sought Notice is issued as a means of conducting market research to determine if other companies, besides General Electric (GE), are capable of developing a proprietary forecasting and analysis tool to include supply chain management consisting of supply support, demand/planning forecasting, material management, engineering support and sustainment elements, packaging, storage/warehousing, reliability improvements, and field customer service/engineering support of the J85 Engine manufactured by GE, and the associated J85 Bill of Materials (BOM) of 5,736 DLA-managed Consumable parts and USAF-managed Depot Level Reparable (DLR) parts to support United States Air Force (USAF) customers. Attachment 1 represents the J85 BOM of 5,736 parts that align with the scope of the proposed sole source contract for the proprietary forecasting and analysis tool. The J85 Engine powers the T-38A/C Talon dual engine aircraft, the training workhorse for the US Government and its allies. The proposed contract action is for PBL support for which the Government intends to solicit and negotiate with only one source under authority of FAR 6.302-1. The contract is anticipated to be a 5-year Requirements-type, Firm Fixed Price Contract. Interested parties may identify their interest and capability to support the objectives by responding to this notice. All responses received by the notice response date will be considered by the Government. A decision by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received in response to this notice will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. This notice is for information and planning purposes only and does not constitute a solicitation or commitment by the Government. OBJECTIVES: The overarching objectives of this acquisition are to decrease J85 Engine repair delays due to outstanding consumable requirements and fill requisitions within material availability priorities by emphasizing improvement of lead times. In order to meet these objectives, the contractor must have the ability to cleanse and analyze the entire J85 BOM to identify items that pose a challenge to meeting lead times, analyze drawings for any/all items to determine if updates are required, identify sources in the supply base to build the items as well as identify any tooling needed, drive changes into the weapons system configuration, and understand, analyze, and assess the implications-both in terms of performance and operational usage-of any potential configuration change. In addition, the contractor will be required to make recommendations for Engineering Change Proposals (ECPs) along with being responsible for obsolescence management and mitigating Diminishing Manufacturing Source (DMSMS) challenges for the J85 BOM. The contractor must have the ability to perform an in-depth National Stock Number (NSN) analysis of the J85 BOM to identify potential Sourcing and Tooling issues, Processes, Engineering Stability, Executability, and build the J85 NSN population. The contractor must have the ability to perform a tooling availability, location, condition assessment, and provide a recommended tooling solution if required, for each NSN. The contractor must have the ability to Identify/ Develop/ Update Technical Data Packages (TDP) & Build to Packages (BTP) for each NSN. In addition, the contractor must have the ability to identify/develop and warm the supply chain on all NSNs with the goal to ensure the supply chain is ready to respond once an order is placed. The contractor will combine current usage data, replacement factors and their NSN analysis, forecast, and make recommendations (buy time/quantity) to DLA on NSNs. Performance metrics associated with this acquisition may be tied to material availability improvements as well as reliability improvements and backorder management. The contract will allow for an expansion of support based on developing and evolving J85 Engine requirements from DLA and/or USAF. The material list is attached as part of this Sources Sought. However, the list may increase based on the results of the BOM Analysis. RESPONSES: The Government requires that only non-proprietary information be submitted in response to this Sources Sought Notice. The Government shall not be liable for or suffer any consequential damages for the use of any proprietary information submitted. 1. Responses are required by no later than February 18, 2025. 2. Reponses must include the following information: a. Company Name b. Address c. CAGE Code d. Point of Contact e. Phone f. Email g. Web page URL, if available h. Small business type or category you represent, if applicable. i. Identify as a U.S. or Foreign Owned Entity j. Indicate whether your interest is a prime contractor or as a subcontractor 3. Respondents must address: a. Their capability to satisfy all objectives listed above, to include a description of the extent and content of prior Sources Sought for a potential Supply Chain Management Contract for J85 Engine Support experience on PBL efforts that are similar in nature and scope and, b. Their experience with the J85 Engine. c. Their access to engineering and logistics data for the J85 Engine. d. Their transition and implementation actions and timeframes to successfully execute the anticipated requirements of this acquisition. e. Willingness to provide upfront pricing for full term of contract SUBMISSION OF INFORMATION: Responses to this Sources Sought Notice must be readable by Microsoft Office or Adobe software. Responses this Sources Sought Notice shall be unclassified and not exceed 20 pages in length. Please note: emails containing file types such as .zip, .xlsx, docx, or other macro-enabled extension, may not be delivered to the intended recipient. All responses and questions under this Sources Sought Notice must be transmitted electronically to Andrew Alverson at Andrew.Alverson@dla.mil. Prior to the response date, if necessary, potential respondents may request clarification by email. Significant responses to a potential respondent's request for clarification will be posted to sam.gov under this Sources Sought Notice.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/e9b5b4b13b484c289d479c17e1ec985e/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN07339967-F 20250213/250212080331 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |