|
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 4,1998 PSA#2025THIS IS ADDENDUM #8 TO BROAD AGENCY ANNOUNCEMENT (BAA) SP050097-BAA01
(AMENDMENT #2). THIS IS ADDENDUM #8 TO BROAD AGENCY ANNOUNCEMENT (BAA)
SPO500-97-BAA01 (AMENDMENT #2). The Defense Industrial Supply Center
(DISC), Philadelphia, is pursuing innovative methods of providing
Customer Oriented Supply Chain Management in support of spare parts at
various military centers, bases, camps and posts. This Addendum is for
the Okinawa Joint Logistics Initiative (OJLI) consisting of one (1)
U.S. Air Force Base and five (5) U.S. Marine Corps Bases at Okinawa,
Japan, one (1) U.S. Marine Corps Base at Iwakuni, (Mainland) Japan, and
one (1) U.S. Marine Corps Base at Kaneohe, Hawaii, in support of their
supply items currently stocked in bins near maintenance lines which
provide maintenance, repair and overhaul functions in support of ground
and aviation weapon systems. The types of items the contractor shall be
required to provide as part of their Supply Chain Management Concept
are cataloged under Federal Stock Classes (FSC) 1005, 1010, 1015, 1025,
1055, 1080, 1095, 1220, 1240, 1270, 1290, 1420, 1430, 1440, 1560, 1610,
1615, 1620, 1630, 1650, 1660, 1670, 1680, 1710, 1730, 1740, 2020, 2040,
2510, 2520, 2530, 2540, 2590, 2610, 2620, 2640, 2805, 2815, 2835, 2840,
2910, 2915, 2920, 2925, 2930, 2935, 2940, 2945, 2990, 2995, 3010, 3020,
3030, 3040, 3110, 3120, 3130, 3230, 3415, 3430, 3431, 3433, 3439, 3455,
3460, 3510, 3610, 3694, 3655, 3694, 3805, 3815, 3825, 3830, 3895, 3930,
3940, 3950, 3990, 4010, 4020, 4030, 4130, 4140, 4210, 4220, 4230, 4240,
4310, 4320, 4330, 4410, 4440, 4510, 4520, 4540, 4610, 4710, 4720, 4730,
4810, 4820, 4910, 4920, 4930, 4933, 4935, 4940, 5120, 5130, 5305, 5306,
5307, 5310, 5315, 5320, 5325, 5330, 5331, 5335, 5340, 5342, 5345, 5355,
5360, 5365, 5410, 5411, 5660, 5805, 5810, 5815, 5820, 5831, 5836, 5841,
5855, 5865, 5895, 5905, 5910, 5915, 5920, 5925, 5930, 5935, 5940, 5945,
5950, 5955, 5960, 5961, 5962, 5965, 5970, 5975, 5977, 5980, 5985, 5990,
5995, 5996, 5998, 5999, 6060, 6070, 6105, 6110, 6115, 6130, 6135, 6140,
6145, 6150, 6160, 6210, 6220, 6230, 6240, 6250, 6260, 6340, 6350,6505,
6605, 6610, 6615, 6625, 6645, 6660, 6665, 6680, 6685, 6695, 6810,
6830, 6840, 6850, 6920, 7045, 7105, 7240, 7310, 7690, 7920, 8030, 8040,
8140, 8315, 8415, 8465, 8475, 8960, 8970, 9150, 9320, 9330, 9340, 9390,
9505, 9525, 9535, & 9905. 1. SCOPE Any interested parties should
propose a method to provide innovative and efficient supply chain
management for aircraft, and other weapon system, spare parts to the
eight (8) military bases, to include: inventory control, forecasting
and engineering and technical services. The resultant contract will
have a base period of two (2) years with three (3) one-year option
periods, for a maximum of five (5) years. The projected outcomes of
this initiative are to achieve a reduction in total logistics costs and
a reduction in the time required to accomplish the customer's overhaul,
maintenance and repair missions as well as reliable direct industry
surge and sustainment capability. The concepts will be evaluated for
their ability to provide the innovative type of Supply Chain Management
currently being employed in support of maintenance activities for the
Commercial Airline, and other, Industries. In addition to providing the
required supplies, the Supply Chain Management concept must demonstrate
the ability to forecast and provide anticipatory services (i.e.,
kitting capability, engineering and technical services). The items
required under the subject contract will be specific parts associated
with aircraft, aircraft engine and other weapon system maintenance,
repair, and overhaul performed at military bases. Those items must
conform to drawing, specification and standard requirements, Quality
Assurance requirements, and identification and shelf life requirements
as defined by the item description for each item. The customer's goal
is for the contractor to provide a system and process that will assure
a 100% availability rate for required parts. The vendor may also be
required to supply related items that have not been previously defined
as "bench stock"on an as needed basis, based on customer request for
support. NOTE: The following "Description of Activities" area details
information about the current operations. Prospective vendors should
review this information as baseline conditions from which to formulate
improved logistical solutions. Vendors should determine the most
efficient solution possible to enable the customers to perform their
missions. 2. DESCRIPTION OF ACTIVITIES A. Kadena Air Base, Okinawa,
Japan The customer requires the contractor to be responsible for
managing those bench stock areas at Kadena identified herein: there are
fifty-five (55) weapon systems to include, F-15C, C-141B, C-017A,
C-130A, HH-60G, C-135A, C-135E, E-003B, F-16A, F-4C, C-135H, C-135R,
C-130N, C-130P, C-130E, GRC171A, GRT121, GRN030, GRN031, GRC211,
RT1446, GPA131, GPN022, GPA124, GPN020, TPX042, TMQ037, WSR088D,
GMQ020, 6202406, 1429291, 5162017, 3492525, M32A60A, M32A86D, MD3,
MEP116A, E35U3, NF2, MA1A, M32C5, 230TESTSTD, M89, MC2AD, MC1AC, MC2A,
1H1, GFU7E, OJ314, GTH3TELEANL, L133, L143, L149, L151, L275 with one
hundred sixteen (116) locations in sixty three (63) buildings. B.
United States Marine Corps, Okinawa, Japan -- will include all types of
weapons systems as well as communication, engineer and motor transport
equipment. The Marines also do the maintenance for the M16A1 and 9mm
for the Army at Torii Station. Each of the following bases will involve
one, at the most two, buildings. Camp Kinser -- three (3) Intermediate
Maintenance Activities (IMA) Camp Foster -- two (2) IMAs Camp Hansen
-- two (2) IMAs Camp Schwab -- one (1) IMA C. First Marine Air Wing
Futenma, Okinawa, Japan -- weapon systems KC-130F/R, CH-53E, UH-1N, AH-
1W, CH-46E with eighteen (18) locations in thirteen (13) buildings.
Iwakuni, (Mainland) Japan -- weapon systems F/A18/C/N/D, EA6B, AV8B/N
with nineteen (19) locations in twelve (12) buildings. Kaneohe, Hawaii
-- weapon system CH53D with nine (9) locations in five (5) buildings.
Note: The Government intends to make one award for all three (3)
customer groups if, after evaluation, this represents the most prudent
business decision. However, due to the fact that two different
customer segments are represented in this acquisition, the Government
reserves the right to make more than one award. Concepts should address
the most feasible solution. Addendum Outline Page 3 of 4 3. EVALUATION
CRITERIA The following factors will be evaluated for their Technical
Merit and are shown in descending order of importance: (See Proposer
Information Packet for Addendum #8 of BAA SP0500-97-BAA01, for
additional information on evaluation factors.) 1. Customer Oriented
Supply Chain Management Concept a. Leveraging information technology
and communication to achieve efficiency of operation b. Technical
Feasibility 2. Industrial Readiness Support Concept 3. Level of
Confidence a. Corporate Experience b. Past Performance c. Management
Plan d. Realism of Expected Outcomes 4. Competition Goals 5. Small
Business/Small Disadvantaged Business Program/Women Owned
Subcontracting Plan 6. Defense Logistics Agency Mentoring Business
Agreement (MBA) Program 4. GENERAL INFORMATION In order to assist
offerors in developing an effective Concept Paper (CP), an Industry
Conference will be held on the West Coast of the United States on 11
March 98. Actual site visits will be arranged after initial concepts
are received and evaluated. The site visits will consist of a tour of
the facilities and an inspection of some of the materials to be
provided. The particulars of the site visits will be announced in the
future. This announcement is an expression of interest only and does
not commit the Government to make any award or to pay for any response
preparation costs. All interested parties should contact the DISC POC
to receive a copy of the lists of items for each Military Service
and/or base. These lists may be found on the DISC Home Page
(http://www.disc.dla.mil)under the heading Broad Agency Announcements
or may be provided on a 3 inch floppy disk. A copy of SP0500-97-BAA01
Amendment #2, the Proposer Information Packet (PIP) and the floppy disk
is available upon request from the POC. The PIP provides further
information regarding the scope of the project, submission of CPs, CP
format and other general information. CP(s) submitted shall be
evaluated against the established criteria and if deemed to have merit,
the Government will ask offeror(s) to submit proposal(s) for subsequent
negotiations for possible contract award. The submittal of the CP is
required no later than 1:00 PM EST on 10 April 98. Any CPs received
subsequent to that date will not be considered for this requirement in
the initial review of the CP, but may be Addendum Outline Page 4 of 4
considered at a later time. It is recommended that the page limit of
the CP not exceed fifty (50) pages. The PIP may be obtained via the
DISC WEB PAGE (http://www.disc.dla.mil) found under the category "BAA".
Vendors may also request a copy of the PIP from the POC listed below
via e-mail or through regular mail. Proposers are to submit an original
and four (4) copies of their concept paper (in hard copy) and one copy
of the concept paper, on a 3 inch disk, in MICROSOFT OFFICE format to
the following address: Defense Industrial Supply Center, Attn:
DISC-PODP (Bid Opening Officer), 700 Robbins Avenue, Philadelphia, PA
19111-5096. POCs for issues regarding this addendum are Dorothy T.
Rossi, DISC-AP, Email: drossi@disc.dla.mil, Telephone: (215) 697-5974,
and Mark Smith, DISC-AP, Email: msmith@disc.dla.mil, Telephone:
(215)697-3246, FAX extention 3630. This notice in conjunction with the
Proposer Information Packet, the lists of items and Amendment #2 to
BAA SP0500-97-BAA01, constitute the total BAA. No other information is
available, nor does DISC anticipate issuing a formal solicitation
regarding this announcement. The Government reserves the right to
select for award all, some or none of the proposals received. Loren Data Corp. http://www.ld.com (SYN# 0353 19980204\SP-0003.MSC)
SP - Special Notices Index Page
|
|