Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 19, 2004 FBO #1089
MODIFICATION

A -- Parts and Repair Ordering System Services (PROS) III

Notice Date
11/17/2004
 
Notice Type
Modification
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
AFSAC/PK Area C, Bldg 210 1822 Van Patton Drive WPAFB, OH 45433-5337, 45344-5337
 
ZIP Code
45344-5337
 
Solicitation Number
FA8630-04-R-5063
 
Response Due
8/27/2004
 
Archive Date
8/31/2005
 
Small Business Set-Aside
N/A
 
Description
NOTE: Our customers are concerned with maintaining visibility and accuracy of shipped assets. We are proposing a requirement to require all incoming and outgoing material to be shipped to a centralized location in order to confirm receipt + verification of correct asset, accuracy of shipping documents and to perform a final inspection before shipment. Since cost is also a priority for our customers, we don+t want this to result in a large price increase. We would like your comments concerning the best commercial practices for this requirement. Is there a better way to ensure asset in-transit visibility Please provide your comments by 3 December 2004. NOTE: All Prospective Offerors: Please review all updated attached files below and provide your comments and questions by 3 December 2004. It is important that you provide your comments and questions because they will be used in developing the final Request for Proposal (RFP). There are two areas of particular interest we would like to hear from industry. First, is how to handle Supply Discrepancy Reports (SDRs) after contract completion. Secondly, some of the foreign PROS users would like the ability to return material purchased through the PROS program, for any reason, within 90 days of receipt. This does not include requirements submitted for investigation under the Supply Discrepancy Report (SDR) process. Foreign customer SDRs will be processed through the standard SDR process. SOURCES SOUGHT FOR THE PARTS AND REPAIR ORDERING SYSTEM III (PROS III) ACQUISITION EFFORT To: All Prospective Offerors 6 August 2004 Subject: Solicitation FA8630-04-R-5063, Sources Sought Parts and Repair Ordering System III (PROS III) 1. INTRODUCTION: The Air Force Security Assistance Center (AFSAC), as the interface between the United States Department of Defense (DoD) logistics systems and Security Assistance (SA) customers, is responsible for providing comprehensive logistic support. This interface includes fulfilling the requirements of all Foreign Military Sales (FMS) countries that own and operate weapon systems of U.S. origin. AFSAC+s mission is to recognize the individualized needs of each FMS country, and develop support options that are cost effective, timely and efficient for our FMS customers and the DoD. Weapon systems and military material items sold by the DoD are supported by AFSAC. Comprehensive logistical support for FMS customers creates some unique challenges. Many FMS items are not of a type or configuration currently active in DoD?s inventories. These items or requirements are considered to be non- standard. Many FMS supply requirements for older or customer unique material do not have management data available. Some supply items may not have been catalogued due to low or infrequent usage. Low quantities or dollar value requested may not justify the administrative cost and time required to support a non-standard supply requirement. In other cases, when item management responsibilities do exist, high DoD demand may take precedence over FMS supply requirements for limited resources. The result is unacceptably slow and unreliable support to the FMS customer. Frequently, neither the organic capability nor the contractual supportability exists within the DoD for maintenance of non-standard material. The FMS customer must contract direct commercial or do without support. Some customers have set up procurement offices in the United States to alleviate these difficulties; however, most do not have the resources or volume of business to justify this option. Non-standard items are those that are no longer, or have never been, actively managed within the DoD logistics systems. These also include Commercial Off- The-Shelf (COTS) items, and those standard items that the Military Departments (MILDEPs) have deemed to be unobtainable within a reasonable time period. The difficulties in supporting these FMS requirements are being addressed through ongoing Parts + Repair Ordering System II (PROS II) contract that is valid through 4 December 2005. The PROS III program is a follow-on effort to PROS II intended to fill the gap in logistical support, and will allow additional options for maintaining DoD support to our FMS customers. By contracting out these specialized functions, the requirement for DoD manpower is reduced, and the FMS customer receives more efficient support. 2. Contract Effort Description: The PROS Program contractor is responsible for the purchase of supply items, maintenance services and the management of task orders. The contract is managed by a dedicated program office at AFSAC that oversees the contractor?s performance and monitors the flow of FMS requirements to the contractor. The objectives of PROS are to provide timely support, competitive pricing, quality service and quality program management to the FMS customer. The PROS II program goal is to provide ?one stop shopping? for the FMS country. The current contract structure consists of indefinite delivery/indefinite quantity (ID/IQ), period of performance Dec 00 ? Dec 05 (3-year base period with 2 one-year options), firm fixed price (fill fees), time and material (task orders), cost reimbursable (pass through subcontractor costs) and award fee. Historical Environment Approximately 75% of current supply actions are one-time only actions. The potential 80 plus users of the contract provide no computation of failure rates. The lack of repeat actions and no provision of failure rate computations makes predicting future requirements impossible. Approximately 75% of current supply actions are non-standard, that is-- not stored, stocked, issued or managed by the US Air Force and usually there is not a National Stock Number (NSN). The standard items with a NSN (remaining 25%) are waived by the USAF for supply action usually due to inability to meet an established need date. However, the managing US DoD source of supply restricts acquisitions to only US DoD approved sources. Approximately 25,000 supply requisitions are issued per year. Approximately 75% of the contract actions are supply with the remainder being maintenance and task orders. This contractual effort is for a commercial buying service. The majority of the contract value is pass-through costs to the vendor/manufacturer/repair service/task order sub-contractor of the item/service. The successful bidder for this contract will earn a small portion of the total estimated value of the contract. The probable (contract structure is not currently finalized) sources of revenue for the successful bidder will be specific fixed fee charges for specific buying type services identified in the contract schedule and award fee incentives. The successful bidder shall have total liability for Supply Discrepancy Reports (SDRs). This will include residual SDRs filed up to the allowable one year after shipment of an item even though the contract-ordering period may have been completed several years before. The successful bidder shall be advised to make arrangements to address this potential liability. NOTE: The Supply Discrepancy Report (SDR) process has been problematic in the previous and current contract. It is our desire to clearly establish roles and responsibilities with respect to SDRs. We request industry comments on structuring SDR liability and resolution. Generally orders are for small quantities, no large production runs. A significant amount of total contract amount is pass through costs for procuring required parts and services. Desirable Features Desire competitive environment for the contractor to drive performance. Leverage commercial marketplace for fostering synergistic partnerships with OEMs, online inventory for customer/contractor reference. Desire cost savings ? best available price ? minimizing participation fees Turn around time ? shortest possible lead-time ? lead-time from after receipt of order to shipment. Goal- Design mission support strategies that obtain higher levels of contractor performance, foster synergistic partnerships, accommodate changing or unforeseen mission needs, and leverage commercial best practices. SOURCES SOUGHT: Interested and qualified sources are requested to provide a statement of current capability and past performance information no later than 27 August 2004. Sources must demonstrate management and technical experience on similar acquisitions, specifically addressing the requirements specified in this synopsis, and demonstrate the ability to obtain the resources necessary to successfully compete for this requirement. Interested and qualified sources are requested to provide the following information: (1) Company name, address, telephone and facsimile numbers, point of contact, e-mail address, business size (NAICS is 336413, and general description of the company and services provided. (2) A list of your company+s most recent and relevant DOD or commercial contracts (not to exceed 5) to include contract number, place of performance, customer point of contact, telephone number, contract type, amount of award, period of performance and a very brief description of the services required and whether performance was considered acceptable or an explanation for performance problems noted. Respondents are asked to limit submissions to ten (10) pages or less (if practical), or minimum number of pages necessary to address your company?s capability. All data may be faxed or e-mailed simultaneously to the points of contact specified below. Respondents who submit proprietary data shall clearly mark the data with appropriate markings. Multiple awards are not being considered. A firm fixed price plus award fee type contract is contemplated. A source selection will be conducted in accordance with AFFARS 5315 at Wright-Patterson AFB OH. Draft solicitation documentation will be released incrementally on the worldwide web at the following website: www.pixs.wpafb.af.mil, as it becomes available. It would be advisable to check the site for new documents and updates on a regular basis. Potential offerors are invited to submit questions, comments, and suggestions concerning any and all draft documents. In the interest of creating the highest quality package possible, all questions and comments will be reviewed and considered by the Government. Answers to questions received will appear at the PIXS site when considered appropriate by the Contracting Officer. Draft documents will be revised periodically on the PIXS when considered practical. Documents may be downloaded from the PIXS site; the Government does not intend to provide hard copies of any of the draft documents. No telephone calls for these documents will be accepted. This synopsis is for information and planning purposes only, and does not constitute a solicitation for bids/proposals. The Government will not pay for any information submitted as a result of this synopsis. Any prospective offeror interested in this solicitation must register in order to be placed on the list of bidders. The contracting officer must be notified via fax or e-mail in order to be placed on the official bidders list. Please include company name, business size, a point of contact, address, telephone number, fax number and e-mail address. This Sources Sought announcement is issued for information and planning purposes only and does not constitute a solicitation. The Sources sought shall not be construed as an obligation on the part of the Government to acquire any products or services. The Government does not intend to award a contract on the basis of this Sources Sought and all information shall be made available at no cost to the Government. Responses to the Sources Sought will not be returned. Please note that all prospective contractors must be registered in the Central Contractor Registration (CCR) database to be awarded a Department of Defense contract. To learn more about this CCR requirement and how to register, please visit the CCR internet website at http://www.ccr2000.com/ or call 1-888-227- 2423. For more information on 04R5063--Parts and Repair Ordering System Services (PROS) III please refer to http://www.pixs.wpafb.af.mil/pixslibr/04R5063/04R5063.asp
 
Web Link
04R5063-Parts and Repair Ordering System Services (PROS) III
(http://www.pixs.wpafb.af.mil/pixslibr/04R5063/04R5063.asp)
 
Place of Performance
Address: AFSAC/PK Area C, Bldg 210 1822 Van Patton Drive WPAFB, OH 45433-5337
Zip Code: 45433
Country: USA
 
Record
SN00709429-W 20041119/041117211900 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.