Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 29, 2007 FBO #2041
SOLICITATION NOTICE

58 -- Market Survey for Performance Based Logistics (PBL) Support for Secondary Items that Support the AN/PVS-7D, AN/PVS-14 and AN/AVS-6 Night Vision Goggles (NVGs).

Notice Date
6/27/2007
 
Notice Type
Solicitation Notice
 
Contracting Office
US Army C-E LCMC Acquisition Center - DAAB07, ATTN: AMSEL-AC, Building 1208, Fort Monmouth, NJ 07703-5008
 
ZIP Code
07703-5008
 
Solicitation Number
MARKET-SURVEY-4011-1
 
Response Due
7/27/2007
 
Archive Date
9/25/2007
 
Small Business Set-Aside
N/A
 
Description
CONTACT Point of Contact, Susan F. Weir, 732-427-5722. Market Survey for Performance Based Logistics (PBL) Support for Secondary Items that support the AN/PVS-7D, AN/PVS-14 and AN/AVS-6 Night Vision Goggles (NVGs). * Disclaimer: This Market Research is for planning purposes only, and shall not be considered a solicitation, RFP, or an obligation from the U.S. Government (USG) to acquire any products or services, or authorization to incur any cost in anticipation of such authorization. This is only an e stimate and will not bind the contractor or the Government in any way or at any time into a contract with any of the specified terms below.This is not a Request for Proposal (RFP) or an Invitation for Bid (IFB), nor is it to be construed as a commitment by the government. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract.The intent of this market survey is to identify market interest, potential sources of supply for full implementation of PBL support ,and solicit recommendation as to how best perform the sustainment of the identified materiel. This market survey is intended to provide a forum to identify opportunities to decrease sustainment costs, improve sustainment efficiency, and increase sustainme nt readiness for all customers. The intent is for the source of supply to provision, stock, store and ship ready for issue equipment directly to users upon demand while meeting and maintaining performance requirements in accordance with the terms of the co ntract and government approved technical data and technical manuals. The PBL contractor will be responsible for determining requirements to support demand forecasts. The PBL contractor will utilize best commercial and/or business practices while teaming wi th the Government and implement a program that is transparent to all customers. Information gathered through this market survey could be used to aid in the definition and refinement of requirements for the secondary item supply support for the night vision goggles, AN/PVS-7D, AN/PVS-14 and AN/AVS-6. Potential uses for the information received may include development of requirements packages and possible future solicitations. Additionally, the Government seeks input on the data required to effectively esti mate demand forecast, cost, and performance measurements.The PBL arrangement will have a supply support sustainment focus, and will make the supplier accountable through a series of performance metrics. Performance metrics will measure the effectiveness an d efficiency of the supply chain. The metrics requirements will be incorporated into the contract and offer increased challenges over the contract period. The supplier will be responsible for their supply chain management (to include forecasting, purchasin g, inventory, and transportation). In addition, we need to define supplier capability to interface with Army inventory management systems in order for the supplier to receive and process requisitions and maintain a requisition status tracking and reporting system.This will be a 10 year effort. The PBL contract may be awarded by individual system or multiple combinations thereof and will contain cash incentive clauses based on performance metrics. The Government will maintain ownership of wholesale and retai l inventory. The PBL contractor shall be accountable for the storage and management of the wholesale inventory using the Contractors inventory management processes. The supply support arrangement will involve sustainment for approximately 500,000 at CONUS and OCONUS locations.It is crucial that any interested sources identify their interest and capability to respond to this requirement, by responding to this survey. Any interested sources must send the following information, NLT 27 July 2007, to C-E LCMC I EW/S Directorate, ATTN: AMSEL-LC-IEW-N-II (Susan F. Weir), Bldg. 1201, Ft. Monmouth, NJ 07703 or e-mail to susan.weir@us.army.mil. 1) The contractor must provid e a rough order of magnitude price per year estimate for the PBL effort to support the NVGs. 2) The contractor must provide information to show that he possesses, or shall possess, adequate production plant facilities (equipment, tooling, and space) to ena ble him, or his subcontractors, to provide this PBL support to the Government. Please explain in detail. 3) Identification of the contractor as a Large or a Small Business. If a Small Business, please identify as an 8(a), HUBZone, Disadvantaged, Women-Ow ned, or non-disadvantaged. 4) Past Performance for PBL contracts or similar type work. The contractor shall submit their dates of the effort of the same or similar work for which they have experience. Government contract numbers, if applicable, shall be pr ovided.The contractor is encouraged to provide the following information: What type of metrics do you recommend? How do you recommend measuring the metrics? How do you recommend the metrics be included in the contract? What contract incentives do you re commend? What processes do you recommend to manage, forecast, and procure supply items? What processes do you recommend to manage and update stock lists? What processes do you recommend to manage inventory and pipeline transportation? What processes do you recommend to integrate configuration data? What process do you recommend to manage reliability, obsolescence, and Diminishing Manufacturing Sources and Material Shortages (DMSMS)? The Government will retain configuration control over the NV goggles, what process do you recommend to provide Engineering Change Proposals that could increase reliability, reduce cost while maintaining the form, fit, and function of the systems? All questions should be addressed to Susan F. Weir (732) 427-5722, email addres s susan.weir@us.army.mil.
 
Place of Performance
Address: US Army C-E LCMC Acquisition Center - DAAB07 ATTN: AMSEL-AC, Building 1208 Fort Monmouth NJ
Zip Code: 07703-5008
Country: US
 
Record
SN01329279-W 20070629/070628031451 (fbodaily.com)
 
Source
FedBizOpps 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.