Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 13, 2004 FBO #0838
MODIFICATION

10 -- OMNIBUS Perfromance Based Logistics

Notice Date
3/10/2004
 
Notice Type
Modification
 
Contracting Office
N00104 5450 Carlisle Pike PO Box 2020 Mechanicsburg, PA
 
ZIP Code
00000
 
Solicitation Number
N0010404RL005
 
Response Due
5/24/2004
 
Archive Date
6/24/2004
 
Point of Contact
Bill Wolfe 717-605-2191 Mark Kendall 717-605-6474
 
E-Mail Address
Email your questions to william.wolfe1@navy.mil
(william.wolfe1@navy.mil)
 
Description
NAVICP-Mechanicsburg plans to award an ove rarching ?OMNIBUS? fixed price award fee/cost plus award fee requirements contract that provides for all of the ?best of breed? provisions/options for the establishment and operation of a Performance Based Logistics (PBL) program with RAYTHEON Co. for various sole source, Raytheon manufactured weapon systems. The contract will be a five-year base with five two-year ceiling priced options. and others yet unidentified The term of the OMNIBUS is valid for five (5) years. The goal This contract will result from streamlined PBL processing between the Navy and Raytheon that would leverage heavily on standardization of terms and conditions for all systems to reduce administrative lead-time/cycle time, process variation(s) and cost. . RAYTHEON shall function as the Government?s Commercial Stock Point for these spares including the perform ance of all routine inventory management functions including receiving, shipping, tracking, warehousing, reporting and scheduling in addition to performance of other ILS elements as required.. Following evaluation and award of this OMNIBUS contract,Raytheon weapon systems may be awarded as ?tailored?, individual delivery orders to the PBL OMNIBUS contract,will be executed for the specific tasks required for the weapon system from the menu of logistic elements. called ?plug-ins?, as the need for PBL coverage emerges. The Contracting Officer shall send Raytheon all applicable data for each stock number to be covered under the PBL as well as the weapon system (s) applicable performance requirements chosen from available menus of options in the Statement of Work for pricing. For a weapon system to be awarded as a ?plug-in? delivery order against this ?OMNIBUS? Raytheon?s final proposal must demonstrate a savings compared to Navy support costs as determined by an independent cost benefit analysis. The orders shall cite the specific requirements for Raytheon to manufacture or provide spare/repair parts and various integrated logistics support (ILS) elements, if applicable, in a PBL environment. Contractor proposed pricing may be either on a fixed priced or cost type basis depending on the system maturity and stage of development. The preferred ?standard? period of performance for processed delivery orders is a five year base with five two-year, estimated, ceiling priced options for a potential total of fifteen years. The period of performance may vary per system depending on the length of intended Navy support/phase out. Besides Navy, other potential customers for individual systems may include Coast Guard, US Marines, Foreign Military Sales (FMS) customers with or without cooperative logistic supply support agreements (CLSSAs). It is anticipated that the first ?plug-in?delivery orders will include the specific PBL requirements of the Cooperative Engagement Capability (CEC) Program, Block 1, (AN/USG-2 and AN/USG-3 (airborne version), the AEGIS combat weapon system and the combined Phalanx/Rolling Airframe Missile (RAM)/SEARAM systems. This synopsis ?amendment? to two previous synopses involves the DELETION of previously listed weapon systems as follows: DD(X) 21st Century Ship (Ship Integrator) LPD-17 Shipboard Wide Area Network; LPD-17 Navigation System; LPD-17 Interior Communication System; LPD-17 Ship Control System; LPD-17 Engineering Control System; LPD-17 Total Ship Training System; LPD-17 Ship Status Monitoring System, LPD-17 Magnetic Signature Control System and the INCLUSION of additional, ide ntified shipboard, Raytheon sole source systems as follows: P-3 APS-137B, MTS (Multi-Targeting System), AN/WSC-6(V) 5 and 7, Global Broadcasting System and the Advanced Tactical FLIR (ATFLIR) All other weapon systems cited on the previous two synopses remain covered by this PBL effort. It is possible that this synopsis may be further amended to reference additional clins for other sole source weapon systems managed by both ICP sites in Mechanicsburg and Philadelphia. Contact Point, Bill Wolfe, NAVICP M0213.18, ph (717)790-2191, fax (717) 790-7317 Reference # PBL/OMNIBUS NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (10-MAR-2004). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 11-MAR-2004. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Record
SN00543244-W 20040313/040311225756 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.