Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 17, 2011 FBO #3645
SPECIAL NOTICE

53 -- 5365 Request for Information Spacers/Rings/Shims - REQUEST FOR INFORMATION DOCUMENT - Tentative NSN Spreadsheet

Notice Date
11/15/2011
 
Notice Type
Special Notice
 
NAICS
332116 — Metal Stamping
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, DLA Aviation - BSM, 8000 Jefferson Davis Highway, Richmond, Virginia, 23297-5000, United States
 
ZIP Code
23297-5000
 
Solicitation Number
5365-Request-For-Information-Spacers-Rings-Shims
 
Archive Date
1/25/2012
 
Point of Contact
Michael Brown, Phone: 804-279-6926, Vanessa Vickers, Phone: 8042796392
 
E-Mail Address
Michael.K.Brown@dla.mil, vanessa.vickers@dla.mil
(Michael.K.Brown@dla.mil, vanessa.vickers@dla.mil)
 
Small Business Set-Aside
N/A
 
Description
Tentative listing of NSNs being considered for Multi-NSN package Request for information document including questionarre and point of contact information. REQUEST FOR INFORMATION ANNOUNCEMENT Defense Logistics Agency - Aviation, Richmond, VA PROGRAM OVERVIEW DLA-Aviation, Richmond is seeking information in an attempt to determine strategic support options that will increase automation, improve efficiencies, and enhance support to our customers with a minimum impact on the small business industrial base. Presently, DLA-Aviation uses a multitude of sources, storage facilities, and delivery methods to satisfy its customer demands for rings, shims, and spacer products. DLA-Aviation's intention is to leverage the commercial industry's best practices and implement a solution which assures readiness, safety, and efficiency. Ultimately, the goal is to effectively reduce lead-times, reduce material and administrative costs, and improve our support to our customer, the warfighter. Scope of Project This initiative contains DLA-Aviation managed National Stock Numbers (NSNs) in Federal Supply Class (FSC) 5365. •· 5365 - Rings, Shims, Spacers, Metal stamping, retaining ring (NAICS 332116, 500 employees) Anticipated Scope •· Delivery of items to DLA depots or directly to DLA's customers in accordance with delivery terms •· Collaboration with DLA on projected and anticipated demands •· Procurement, to include all actions related to acquisition planning, solicitation, evaluation, negotiations, contract award, contract administration, and contract management functions. •· Data management, to include interoperability with industry and government systems •· The government expects a variety of options for the government to consider including pros, cons, and risks. Request for Information (RFI) Questions: (Please answer in detail) •1. If approximately 1,400 total NSNs were captured within the FSC identified above, •a. How would you recommend grouping these parts for an acquisition effort? (By commodity, description, size, etc.?) •b. Should the groupings be combined into one solicitation, or should there be multiple solicitations/contracts for each subgroup? •c. How capable is your firm in pricing large group of NSNs? What is your firm's threshold for NSNs you can price within 30, 45, or 60 days? Small Business Classification: •2. Indicate your firm's business size. The NAICS code applicable to this FSC is 332116. •3. Which small business sub-category does your company qualify under? (8A, HubZone, Service Disabled Veteran-Owned Small Business, Woman-Owned Small Business etc.) •4. Are there any unforeseen challenges in supporting a large value requirement due to business size? Collaboration: •5. Can your company comply with all military product marking requirements and packaging e.g. RFID, commercial packaging, MIL STD packing? •6. What, if any, higher level inspection system does your firm utilize? (ISO9000, MIL-45208-A) •7. What is the extent of government tooling required to manufacture items in the FSC? •8. What is the optimum length of a contract to reduce costs and improve availability? •9. What is the maximum firm fixed price period length? •10. Can your company support Free on Board (FOB) destination? If not, please explain. •11. What would cause your company to take exception to Inspection/Acceptance destination? •12. Can you support both DLA Direct (Stock) and Customer Direct (Direct Vendor Deliveries) requirements? •13. How would your firm meet a contractual requirement that consists of many NSNs? Would you need to partner with another firm? Please explain. •14. What is the most challenging aspect of fulfilling contractual requirements for possibly hundreds of NSNs? •15. What method would you utilize to manage low value, lesser demand items? •16. What issues do you foresee regarding raw material availability? •17. What do you envision as the major risk areas of this effort and how would you mitigate those risks? Data Management: •18. What type of data systems do you currently utilize? Do you see any concerns with integrating your IT systems with other industry partners and/or government agencies? •19. Confirm that your company's registration in the Central Contract Registration (CCR) and Online Representation and Certification Application (ORCA) are current. •20. Provide Export Control (Joint Certification Program) registration validity. •21. Does your firm have specific ongoing issues with government systems that you foresee affecting this effort? (Electronic Delivery Orders or drawings from cFolders) Source of Supply: •22. Please indicate if your firm is a manufacturer, non-manufacturer, dealer/distributor, or other (explain). •23. DLA is required to procure primarily from domestic manufacturing sources. Are any components supplied by a foreign source? If yes, provide the country. What method would you utilize to actively identify and notify DLA of items that change from domestic to foreign? •24. Are you obtaining materials from a domestic or foreign source? •25. What type of rings, shims, or spacer products do you typically supply? •26. What percentage of your product line is manufactured by your company? •27. How do you recommend managing First Article Test (FAT) items, Product Verification Testing (PVT) items, or Production Lot Testing (PLT) items in a long term agreement? General Business Information: •28. Truth in Negotiations Act (TINA) may apply if the procurement reaches $700,000.00. Certified Cost or Pricing data may be required in accordance with FAR 15.403-4, 15.403-5, and 15.406-2. If requested, this information will be required in a timely manner. How long would it take your firm to return the required data? •29. Cost Accounting Standards may be required. Can your current system handle the requirement? •30. If requested, provide an estimated time frame for returning "other than cost or pricing data." •31. The Contracting Officer may insert DLAD provision 52.215-9023, Reverse Auction, in a solicitation with anticipated competition. Would there be any reason your business would not participate? •32. To the extent applicable, how can we leverage commercial market practices most efficiently? •33. Please provide any additional information you believe is relevant to this initiative. Summary Information: Any other materials, suggestions, and discussions you deem appropriate are encouraged and appreciated. Submit information outlining acquisition recommendations/strategies as requested above no later than 1/10/2012. Please send your responses to the RFI questions to the following point of contact by hardcopy to: DLA-Aviation Attention: Michael K. Brown, Project Manager 8000 Jefferson Davis Highway Richmond, VA 23297-5100 OR by email to: Michael.K.Brown@dla.mil Disclaimer: In accordance with FAR 15.201(e), responses to this RFI are not offers and cannot be accepted by the government to form a binding contract. This RFI is issued for information and planning purposes only and does not constitute a solicitation. The government does not intend to award a contract on the basis of this RFI or to otherwise pay for information received in response to this RFI. All information received in response to this RFI that is marked proprietary will be handled accordingly. Responses to the RFI will not be returned. Information provided in response to this RFI will used to assess tradeoffs and alternatives available for determine how to proceed in the acquisition process. Responders are solely responsible for all expenses associated with responding to this RFI. Primary Point of Contact: Michael K. Brown Project Officer, Strategic Sourcing Specialist
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCR-BSM/5365-Request-For-Information-Spacers-Rings-Shims/listing.html)
 
Place of Performance
Address: DLA-Aviation, Richmond, 8000 Jefferson Davis HIghway, Richmond, Virginia, 23297, United States
Zip Code: 23297
 
Record
SN02623194-W 20111117/111115234000-e0bdbf5e1e88d1ed4e70c941df8b362b (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.