Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 12, 2018 FBO #6167
MODIFICATION

53 -- Request for Information: Hardware & Abrasives Project - Revised Population_10102018 - Follow-on Questions

Notice Date
10/10/2018
 
Notice Type
Modification/Amendment
 
NAICS
332722 — Bolt, Nut, Screw, Rivet, and Washer 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
FSC53
 
Archive Date
9/28/2018
 
Point of Contact
Michael Gargiulo,
 
E-Mail Address
michael.gargiulo@dla.mil
(michael.gargiulo@dla.mil)
 
Small Business Set-Aside
N/A
 
Description
Additional follow-on questions in reference to the revised population. Revised population of part for the upcoming FSC 53_Hardware and Abrasives Project. ***UPDATE*** Additional information is available as a result of the Industry Day held September 25, 2018. The population has been revised to 16,199 NIINs with an estimated annual value of $28,977,967.32. Please review the following questions and the new population of FSC 53 parts. A response is requested by October 19, 2018. B ased on insight provided at the industry day, please respond to the following questions: What do you envision as the major risk areas of this effort and how would you mitigate those risks? What do you think the ideal population of items for management of this proposed contract should be? Describe the commerciality of the attached parts list. Do you consider all of these items commercial or commercial of a type? What attributes support these items as commercial? Shelf Life Items: Considering there are varying degrees of shelf life for shelf life items, what is your recommendation on including or excluding shelf life items within this population? Describe your company's ability to manage shelf life. ____________________________________________________________________ REQUEST FOR INFORMATION ANNOUNCEMENT Defense Logistics Agency - Aviation, Richmond, VA Hardware and Abrasives PROGRAM OVERVIEW: DLA-Aviation, Richmond is conducting market research to identify potential sources that may possess the expertise, capabilities and experience to provide a strategic support solution that will provide supply inventory and distribution capabilities for all NSNs under Federal Supply Class (FSC) 53, Hardware and Abrasives. In addition, DLA-Aviation is attempting to learn about the commercial industry's best practices and implement a solution that leverages commercial supply chains. This agency anticipates a single award, ten-year term for this proposed contract. Under the single award, there is the potential for Contractor Teaming Arrangements (CTA) for this proposed contract. Under a CTA, two or more contractors work together to meet ordering activity needs. Under such an arrangement, one supplier functions as the Team Lead and leads the team for performance and in communications with the Government. By complementing each other's capabilities, the Team offers a total solution to the ordering activity's requirement, providing a win-win situation for all parties. A possible end-result may be a ten-year contract to each Team Member. Scope of Project: This initiative contains 14,584 DLA managed National Stock Numbers (NSNs). The list is attached to this RFI. The NSNs are from the following Federal Supply Classes (FSCs): Federal Supply Class 53 - Hardware and Abrasives: FSC 5301 | Historical FSC FSC 5305 | Screws FSC 5306 | Bolts FSC 5307 | Studs FSC 5310 | Nuts and Washers FSC 5315 | Nails, Machine Keys, and Pins FSC 5320 | Rivets FSC 5325 | Fastening Devices FSC 5330 | Packing and Gasket Materials FSC 5331 | O-Ring FSC 5335 | Metal Screening FSC 5340 | Hardware, Commercial FSC 5341 | Brackets FSC 5342 | Hardware, Weapon System FSC 5345 | Disks and Stones, Abrasive FSC 5346 | Historical FSC FSC 5350 | Abrasive Materials FSC 5355 | Knobs and Pointers FSC 5360 | Coil, Flat, Leaf, and Wire Springs FSC 5361 | Historical FSC FSC 5365 | Bushings, Rings, Shims, and Spacers FSC 5390 | Historical FSC FSC 5395 | Historical FSC Anticipated Scope: The wholesale supply, storage and distribution for hardware and abrasives. The approximate annual demand value is $14,771,619.00. Please see attached data for annual demand quantities as well. Procurement (and/or manufacturing) of hardware and abrasives to support DLA's worldwide demand based upon shared forecasts; to include supply chain management functions, such as material forecasting, acquisition, storage, timely re-supply and readying the material for shipment through the DLA's transportation system, Vendor Shipment Module (VSM). Distribution of hardware and abrasive items to hundreds of DLA customers throughout CONUS and OCONUS locations, including Foreign Military Sales (FMS); distribution includes palletizing, packing, marking and labeling of all items for shipment. Collaboration with DLA and customers on projected and anticipated demands. 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) Please provide you CAGE, Company name, address, and point of contact information: 1. Would you consider partnering with another commercial company if you could not provide nationwide service? If working with subcontractors, how would the work be divided? Who should perform which tasks? What percentage of the work would the subcontractors do? Would your interest be as a prime or subcontractor? 2. Would you consider a Contractor Team Arrangement (CTA)? Under a CTA, two or more contractors work together to meet ordering activity needs. By complementing each other's capabilities, the Team offers a total solution to the ordering activity's requirement, providing a win-win situation for all parties. Under this scenario, there is typically a Team Lead that not only supplies product, but is held responsible for management of the entire program, with the Team Member(s) also supplying product, however whose performance is managed by the Team Lead. Would your interest be as a Team Lead or Team Member under a Team Lead in a CTA arrangement? 3. In lieu of the above scenario, what other types of arrangements would you suggest; single contractor support? Multiple awardee's (no teams)? 4. Describe how your proposed support arrangement (e.g. CTA, single contractor, etc.) could best support DLA's intended structure of full distributor support; procurement, inventory, forecasting and distribution. 5. What do you envision as the major risk areas of this effort and how would you mitigate those risks? 6. Can your company comply with all military product-marking requirements and packaging e.g. RFID, commercial packaging, MIL STD packing? 7. Describe your firm's ability to meet Time Definite Delivery (TDD) standards for high priority or requirements. Identify previous efforts where you were required to support specific timed deliveries and ay risks associated with the effort. Be specific in how your organization met the delivery requirements and mitigated identified risks. Priority 01-03 IPG 1 2 Days Priority 04-08 IPG 2 5 Days Priority 09-15 IPG 3 12 Days 8. Please indicate if your firm is a manufacturer, non-manufacturer, dealer/distributor, or other (explain). 9. What FSC items do you provide to your current customer base? 10. The data included in this sources sought is broken into populations of active, inactive, and solely commercial. Please recommend what you think is the ideal population of items for management of this proposed contract? 11. How do you recommend managing First Article Test (FAT) items, Product Verification Testing (PVT) items, Shelf Life (S/L) items, or Production Lot Testing (PLT) items in a long term agreement? Provide information regarding the data you use for FAT, PVT, S/L, PLT and the level of data you generate for each test. 12. Does your company have a commercial supply chain for hardware and abrasives? 13. Describe the sales distribution between commercial customers and Government for hardware and abrasives i.e. 80% commercial 20% government for the attached list of NIINs. 14. Describe your experience executing relevant performance-based supply chain management programs for commercial customers. 15. Describe your experience executing relevant performance-based supply chain management programs in support of world-wide military customers. 16. What quality control systems/measures do you currently have in place (ISO 9000, 9001, AS9100, NADCAP (National Aerospace and Defense Contractors Accreditation Program)? 17. Describe your capabilities & experience in obsolescence management 18. Describe your distribution and network capabilities. 19. Describe the commerciality of the attached parts list. Do you consider all of these items commercial or commercial of a type? What attributes support these items as commercial. 20. What is the ideal contract type/pricing arrangement to support this type of effort? 21. What is the optimum length of a base contract to reduce costs and improve availability? Provide some information based on your experience supporting your recommendation. 22. What is the maximum length of time your firm would be willing to price active products at Firm Fixed Prices (FFP)? Provide information that would preclude long-term FFP of items identified in this NSN list. Also, provide your recommendation for a period of time for the FFP items. 23. How many items could you reasonably expect to price in a 90 day period? 24. Indicate your firm's business size (certified small or large). Which small business sub-category does your company qualify under (if any)? (8A, HubZone, Service Disabled Veteran Owned Small Business, Woman Owned Small Business, etc.) Summary Information: Additional materials, suggestions, and comments are encouraged. Please submit your responses and comments no later than September 13, 2018 via email to the point of contact below. An industry day and Q&A is anticipated to be held on September 25, 2018 at Defense Supply Center Richmond, VA. Contractors planning to attend the Industry Day are highly encouraged to submit a thorough response to the RFI as this information will be utilized to structure the content of the Industry Day topics. The purpose of this RFI is to allow industry to provide input regarding not only your capabilities relative to the proposed requirement, but also to provide input of your experience and best practices that will allow the Government to develop an acquisition/solicitation strategy. Although the Government will provide a conference line for those contractors not wishing to travel, the Government highly encourages all interested parties to attend in-person. Conference lines typically do not facilitate a robust exchange of information. Finally, 30 minute one-on-one meetings will be offered to interested companies on a first come, first serve basis. Please include your desire for a one-on-one meeting in your RFI response. Time slots for one-on-ones will be assigned based on the order of request. Please send your responses to the RFI questions to the following point of contact via e-mail: Email to: Michael.Gargiulo@dla.mil DLA-Aviation Attention: Michael Gargiulo, Program Manager 8000 Jefferson Davis Highway, 33H/97 Richmond, VA 23297-5100 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 be used to assess tradeoffs and alternatives to determine how to proceed with the acquisition process. Responders are solely responsible for all expenses associated with responding to this RFI. Primary Point of Contact: Program Manager: Michael Gargiulo Michael.gargiulo@dla.mil Alternate Point of Contact: Project Manager: Rita Stocks rita.stocks.ctr@dla.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCR-BSM/FSC53/listing.html)
 
Record
SN05119795-W 20181012/181010230938-4bb8e4549804493126abd94ce7a3cb6b (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.