Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 14, 2017 FBO #5865
MODIFICATION

99 -- Hub and Blade Sources Sought

Notice Date
12/12/2017
 
Notice Type
Modification/Amendment
 
NAICS
336412 — Aircraft Engine and Engine Parts Manufacturing
 
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
HubandBladeSourcesSought
 
Archive Date
6/15/2018
 
Point of Contact
Thomas Sampson, Phone: 8042795241, Nathan Flinders, Phone: 385-519-8198
 
E-Mail Address
thomas.sampson@dla.mil, nathan.flinders@dla.mil
(thomas.sampson@dla.mil, nathan.flinders@dla.mil)
 
Small Business Set-Aside
N/A
 
Description
The Defense Logistics Agency Aviation - Richmond is issuing this Request for Information Notice as a means of conducting market The purpose of this Sources Sought Notice is to conduct market research and to gauge potential interest in support of Hub and Blade aircraft parts. The Government seeks information that will be used as part of an analysis to determine if responsible sources exist to designate this effort as a competitive acquisition. The Government will use this information to determine the best acquisition strategy for this procurement. The Government is interested in responses from commercial businesses of all sizes. This notice is for information and planning purposes only and does not constitute a Request for Proposal (RFP) or commitment by the Government. DLA Aviation anticipates possible award of a contract for the acquisition of performance based supply chain management support to include wholesale supply support, depot-level consumable support, forecasting, packaging, and storage in support of depot maintenance operations for Hub and Blade located at Warner Robins AFB and in support of DLA Aviation worldwide customers. Supply chain support may also include kitting in support of Warner Robins AFB depot operations. The overarching objective of this acquisition is to improve material availability and minimize backorders for DLA Aviation Hub and Blade customers by streamlining supply chain management. In order to meet this overarching objective, the contractor must have the ability to provide consumable item support to Warner Robins and DLA Aviation worldwide customers and to drive supply chain management improvements. The contractor will be required to aggregate all material requirements in order to leverage the best value for material support. The contractor will be required to deliver their supplies to Government wholesale and retail supply points as directed within specified timeframes. The contractor will be required to provide consumables for Hub and Blade repair and depot overhaul activities; however actual repair of depot level items is not included in this requirement. The contractor shall be responsible for demand forecasting, acquiring, stocking, and fulfilling requirements that may include an on-site storefront operation in accordance with the requirements of this contract. The comprehensive material ABOM list includes approximately 1174 NIINs. It is anticipated that the material support approach will include the contractor sourcing OEM Sole Source, aircraft-unique, and common NIINs where Warner Robins market share is greater than 75 percent. The material support approach may also include contractor back-up of DLA-managed common consumables where Warner Robin market share is less than 75 percent. Performance metrics associated with this acquisition may be tied to one or more of the following: material availability, backorders, and inventory reductions. Small business participation may also be a potential metric. The contractor will be directed to ship material directly to DLA's customer to satisfy emergent and routine requisitions. Any entity interested/able to provide any of the required products may submit ideas and suggestions for providing the required products and to include performance-based supply chain management support. Any responses involving teaming arrangements should delineate between the work that will be accomplished by the prime and the work accomplished by the teaming partners. Entities seeking to become an approved source of supply for possible subcontracting opportunities under this acquisition should note that the time required for approval of a new source is normally such that an award cannot be delayed pending approval of a new source. Sources that are not approved for manufacture of these items must obtain source approval from the Government. Please provide the following business information in your response: Please provide copies of any agreements referenced including any direct access to OEM drawings and engineering expertise. Company Name Physical and/or MailingAddress DUNS Number Number of Employees Point of Contact (POC) (POC) Phone Number (POC) Email Address WebPage URL, if available Describe what small business type or category you represent, if applicable Any responses to this Sources Sought should include responses to the following: •1. Describe your experience executing relevant performance-based supply chain management programs in support of depot and worldwide aviation customers. What do you envision as the risk areas associated with this effort and how would you mitigate those risks? •2. Describe your company's ability and experience in sourcing Hub and Blade consumable items. •3. Is your interest in this effort as a prime or subcontractor? •4. Describe your capabilities & experience in performing the supply chain functions: demand forecasting, supplier management, inventory management, warehousing, configuration management, and obsolescence management. •5. Describe the transition and implementation actions and timeframes your firm would identify/need to successfully execute the anticipated requirements of this acquisition. •6. What quality control systems/measures do you currently have in place (ISO 9000, 9001, AS9100, NADCAP (National Aerospace and Defense Contractors Accreditation Program)? •7. Describe your experience with Government Source Inspection, Aviation Critical Safety Items, and OSHA standards. •8. Are you currently registered in the System for Award Management (SAM) and Wide Area Workflow (WAWF)? •9. What suggestions, if any, do you have for this performance-based acquisition (including evaluation criteria, CLIN structure, contract structure, incentive/disincentive structure and application, or other elements)? •10. Do you possess all the necessary technical data to perform for this performance-based supply chain management acquisition? •11. Do you have electronic interface capability with military inventory control points? •12. Describe your firm's ability to obtain all proprietary engineering data to provide engineering support and sustainment elements, recommend reliability improvements, provide obsolescence management, make recommendations for Engineering Change Proposals (ECPs), mitigate Diminishing Manufacturing Source (DMSMS) challenges, manage Critical Safety Items (CSI), and provide field engineering support for the H-60 platform and all variants? •13. Identify industry level of supportability with 90%, 95% and 99% MA levels or provide a more ideal range. Disclaimer: THE GOVERNMENT DOES NOT INTEND TO AWARD A CONTRACT ON THE BASIS OF THIS POTENTIAL REQUEST FOR INFORMATION (RFI) OR TO OTHERWISE PAY FOR THE INFORMATION SOLICITED. This RFI is issued for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked Proprietary or competition sensitive will be handled accordingly. Responses to the RFI will not be returned. The responses to this notice are not an offer and cannot be accepted by the Government to form a binding contract. The Government reserves the right to reject, in whole or in part, any contractor's input resulting from this RFI. Responders are solely responsible for all expenses associated with responding to this RFI. Interested sources should respond by email to ( thomas.sampson@dla,mil ) by the close date, 15 Dec, 2017.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCR-BSM/HubandBladeSourcesSought/listing.html)
 
Place of Performance
Address: Defense Logics Agency Richmond VA, Richmond, Virginia, 23297, United States
Zip Code: 23297
 
Record
SN04764333-W 20171214/171212231135-64c89468e67ef41398d68aba19a746e3 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.