Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 30, 2015 FBO #4997
SPECIAL NOTICE

53 -- IPV Anniston and Red River Army Depots - Request for Information (RFI)

Notice Date
7/28/2015
 
Notice Type
Special Notice
 
NAICS
332510 — Hardware Manufacturing
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, DLA Land and Maritime - BSM, P O Box 3990, Columbus, Ohio, 43216-5000, United States
 
ZIP Code
43216-5000
 
Solicitation Number
IPVANADANDRRAD
 
Archive Date
8/26/2015
 
Point of Contact
Julie Miller, Phone: 614-692-4841
 
E-Mail Address
julie.miller@dla.mil
(julie.miller@dla.mil)
 
Small Business Set-Aside
N/A
 
Description
IPV Questionnaire Exhibit 2 to Draft PWS Exhibit 1 to Draft PWS RRAD Draft PWS ANAD Draft PWS Industrial Product - Vendor Support (IPV) - Performance Based Logistics (PBL) Initiative. These Defense Logistics Agency (DLA) initiatives support the implementation of a total supply chain management system by the contractors to provide direct support of bench stock items to Army Material Command (AMC) Depots. A Memorandum of Agreement (MOA) between AMC and DLA establishes the IPV programs as managed partnerships where DLA supported by IPV contractors provides full supply chain management to Army Maintenance Depots for common, easy to procure, highly demanded bench stock items. These parts support the maintenance, overhaul and repair of various weapons systems and other military equipment. The scope of the IPV program supports bench stock items (materiel stored in bins such as bolts, nuts, and washers). The IPV contractors are responsible for requisitioning material on behalf of the Army, providing required material, and stocking the bins at the production line. Support for this initiative includes the Anniston Army Depot (ANAD) located at Anniston, AL and the Red River Army Depot (RRAD) located at Texarkana, TX. There will be two separate contracting initiatives. This announcement constitutes an official Request for Information (RFI) only, as defined in FAR 12.202(a). Intent is to identify market interest and solicit recommendations as how best to define requirements for full service PBL solicitations/contracts supporting IPV at both depot locations. Future solicitations/contracts would provide total support and management services supporting IPV for each Army site. The current Red River/Anniston IPV contract expires July 15, 2016. 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 purpose of this RFI is to determine suitability of current industry experience and capabilities and to support the possibility of a competitive requirement. DLA Land and Maritime intends to use information resulting from the RFI responses to aid in refining its acquisition strategy, budgeting assumptions, and performance specifications to be included in the RFP. Objectives: DLA Land and Maritime will utilize full service PBL contracts to provide IPV support at each designated Army depot site. The overarching objective is to meet the following performance metrics at a reasonable cost: (1) responding to zero stock balances that impacts production bin fill rates, (2) meeting a required bin fill rate, (3) meeting required average customer wait time for all stockouts, and (4) insuring zero quality defects. DLA Land and Maritime will capture industry's cost estimates for requirements that are listed in the Performance Work Statement (PWS). There are two different PWSs attached to the notice. The PWS is site-specific. The Government may issue separate solicitations to support each site (ANAD and RRAD) under FAR Part 12 that may result in fixed price contracts lasting 5 years (3 year base with 2, one year options). Estimated award dates are 1st quarter FY16 for the contract supporting ANAD and RRAD. Although DLA's intent is to issue an IPV contract for each depot; this Request for Information/Market Survey combines both requirements. The reason for combining both requirements to obtain market information is based upon the IPV requirements for each depot is similar. Responses: Written response to this RFI shall be limited to 10 pages, single space. If material provided contains proprietary information, please mark and identify disposition instructions (submitted data will not be returned). Response should include, but is not limited to the following: (A) Company History: A one page history to include; Small Business Administration (SBA) size classification; major products; and primary customer base. Additionally, RFI responders should provide examples of past experience that would warrant the Government's consideration of the company as a prospective contractor for maintenance, supply support, training and all other services listed in the PWS. (B) Metrics: Utilizing the metrics listed above and methods to create and maintain a metrics database, for monitoring the performance of each functional area of the contract. Also, discuss how metrics can be used to promote an incentive/disincentive based contract award structure. (C) Additional Information: Technical or otherwise, the company deems necessary to aid the government in making an informed assessment of the suitability of the commercial marketplace to accomplish IPV support. The technical responses should address elements in the PWS. (D) Cost: Vendor should provide a Rough Order Magnitude (ROM) for elements addressed in the PWS to include a cost of start-up/implementation. Submission Information: RFI responses may be submitted no later than 14 July 2015 to DLA Land and Maritime, Attn: Ms Julie Miller, 3990 East Broad St., Columbus OH 43218-3990. Electronic responses are preferred and should be submitted to DSCC.IPV@dla.mil. Additional Information: There is no commitment by the Government to issue a solicitation, make an award or awards, or to be responsible for any monies expended by industry responses to this RFI. If a solicitation is released, it will be synopsized in the Federal Business Opportunities website located at http://www.fbo.gov/. All information received in response to this RFI that is marked Proprietary will be handled accordingly. Responses to the RFI will not be returned. Industrial Product - Vendor Support (IPV) - Performance Based Logistics (PBL) Initiative. These Defense Logistics Agency (DLA) initiatives support the implementation of a total supply chain management system by the contractors to provide direct support of bench stock items to Army Material Command (AMC) Depots. A Memorandum of Agreement (MOA) between AMC and DLA establishes the IPV programs as managed partnerships where DLA supported by IPV contractors provides full supply chain management to Army Maintenance Depots for common, easy to procure, highly demanded bench stock items. These parts support the maintenance, overhaul and repair of various weapons systems and other military equipment. The scope of the IPV program supports bench stock items (materiel stored in bins such as bolts, nuts, and washers). The IPV contractors are responsible for requisitioning material on behalf of the Army, providing required material, and stocking the bins at the production line. Support for this initiative includes the Anniston Army Depot (ANAD) located at Anniston, AL and the Red River Army Depot (RRAD) located at Texarkana, TX. There will be two separate contracting initiatives. This announcement constitutes an official Request for Information (RFI) only, as defined in FAR 12.202(a). Intent is to identify market interest and solicit recommendations as how best to define requirements for full service PBL solicitations/contracts supporting IPV at both depot locations. Future solicitations/contracts would provide total support and management services supporting IPV for each Army site. The current Red River/Anniston IPV contract expires July 15, 2016. 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 purpose of this RFI is to determine suitability of current industry experience and capabilities and to support the possibility of a competitive requirement. DLA Land and Maritime intends to use information resulting from the RFI responses to aid in refining its acquisition strategy, budgeting assumptions, and performance specifications to be included in the RFP. Objectives: DLA Land and Maritime will utilize full service PBL contracts to provide IPV support at each designated Army depot site. The overarching objective is to meet the following performance metrics at a reasonable cost: (1) responding to zero stock balances that impacts production bin fill rates, (2) meeting a required bin fill rate, (3) meeting required average customer wait time for all stockouts, and (4) insuring zero quality defects. DLA Land and Maritime will capture industry's cost estimates for requirements that are listed in the Performance Work Statement (PWS). There are two different PWSs attached to the notice. The PWS is site-specific. The Government may issue separate solicitations to support each site (ANAD and RRAD) under FAR Part 12 that may result in fixed price contracts lasting 5 years (3 year base with 2, one year options). Estimated award dates are 1st quarter FY16 for the contract supporting ANAD and RRAD. Although DLA's intent is to issue an IPV contract for each depot; this Request for Information/Market Survey combines both requirements. The reason for combining both requirements to obtain market information is based upon the IPV requirements for each depot is similar. Responses: Written response to this RFI shall be limited to 10 pages, single space. If material provided contains proprietary information, please mark and identify disposition instructions (submitted data will not be returned). Response should include, but is not limited to the following: (A) Company History: A one page history to include; Small Business Administration (SBA) size classification; major products; and primary customer base. Additionally, RFI responders should provide examples of past experience that would warrant the Government's consideration of the company as a prospective contractor for maintenance, supply support, training and all other services listed in the PWS. (B) Metrics: Utilizing the metrics listed above and methods to create and maintain a metrics database, for monitoring the performance of each functional area of the contract. Also, discuss how metrics can be used to promote an incentive/disincentive based contract award structure. (C) Additional Information: Technical or otherwise, the company deems necessary to aid the government in making an informed assessment of the suitability of the commercial marketplace to accomplish IPV support. The technical responses should address elements in the PWS. (D) Cost: Vendor should provide a Rough Order Magnitude (ROM) for elements addressed in the PWS to include a cost of start-up/implementation. Submission Information: RFI responses may be submitted no later than 14 July 2015 to DLA Land and Maritime, Attn: Ms Julie Miller, 3990 East Broad St., Columbus OH 43218-3990. Electronic responses are preferred and should be submitted to DSCC.IPV@dla.mil. Additional Information: There is no commitment by the Government to issue a solicitation, make an award or awards, or to be responsible for any monies expended by industry responses to this RFI. If a solicitation is released, it will be synopsized in the Federal Business Opportunities website located at http://www.fbo.gov/. All information received in response to this RFI that is marked Proprietary will be handled accordingly. Responses to the RFI will not be returned.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCC-BSM/IPVANADANDRRAD/listing.html)
 
Record
SN03813286-W 20150730/150728235744-5083c7e0a358cc92289e2106ef6699d0 (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.