Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 12,1998 PSA#2031

THIS IS ADDENDUM #8 TO BROAD AGENCY ANNOUCEMENT (BAA) SP0500-97-R-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. 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 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 16111-5066. POCs for issues regarding this addendum are Dorothy T. Rossi, DISC-AP, Email: drossi@disc.dla.mil, Telephone: (215) 667-5674, and Mark Smith, DISC-AP, Email: msmith@disc.dla.mil, Telephone: (215)667-3246, FAX extention 3630. This notice in conjunction with the Proposer Information Packet, the lists of items and Amendment #2 to BAA SP0500-67-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# 0555 19980212\SP-0008.MSC)


SP - Special Notices Index Page