Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 24,1998 PSA#2038

PROPOSER INFORMATION PACKET BROAD AGENCY ANNOUNCEMENT SP050097-BAA01 ADDENDUM #5 Proposer Information Packet Broad Agency Announcement SP0500-97-BAA01, Amendment #1, ADDENDUM #5 -- Camp Pendleton/Camp Lejeune and Surrounding Marine Corps Sites Introduction The Defense Industrial Supply Center (DISC) is using the Broad Agency Announcement (BAA) process to select a successful concept that has a high probability of resulting in improvement of the logistics support provided by DISC to Marine Corps customers located in North Carolina, South Carolina, Southern California and western Arizona. Camp Pendleton and Camp Lejeune are primarily responsible for the repair, maintenance, and overhaul of land vehicles, both commercial vehicles and weapons systems, wheeled and tracked, off-road and on-road. The selected concept will encapsulate methods that will provide Customer Oriented Supply Chain Management (COSCM) in support of industrial spare parts requirements, known as benchstock, for the repair, maintenance, and overhaul of land vehicles. This Proposer Information Packet and the following information sources, together, constitute the entire Broad Agency Announcement (BAA) and should be referred to in conjunction with each other. No other information is available. 1. A database of benchstocked items at Camp Pendleton and surrounding Marine Corps Sites (as provided by Camp Pendleton on floppy disks). This data encompasses requisition data over a two year period. Some items have had no demand during this period of time; 2. A database of benchstocked items requisitioned from all DLA sources by all affected sites within the past 12 months (as provided by DISC on floppy discs); 3. Broad Agency Announcement (BAA) SP0500-97-BAA01, Amendment #1, Parts Supplier/Parts Integrator, Pages 1 through 5; 4. Broad Agency Announcement (BAA) SP0500-97-BAA01, Addendum #5, Camp Pendleton, Pages 1 through 4. Item 1. is available by request from the contracting officer cited below. Items 2. and 3. are available on the World Wide Web at "http://www.disc.dla.mil", or by request from the contracting officer. The cognizant contracting activity is the Defense Industrial Supply Center (DISC). The contracting officer is: Tom Pawlowksi, DISC-APG Defense Industrial Supply Center 700 Robbins Ave. Phila., PA 19111-5096 Phone: 215-697-0961 Facsimile: 215-697-3630 E-mail: tpawlowski@disc.dla.mil This announcement is an expression of interest only and does not commit the Government to make any award or to pay for any proposal preparation costs. DISC does not anticipate issuing a formal Request for Proposal (RFP) or any solicitation document. Prospective offerors are cautioned that only a contracting officer is legally authorized to obligate the Government to commitments. I PROGRAM OBJECTIVES This program will encompass approximately 20,000 items of industrial hardware (benchstock) for land vehicle repair, maintenance, and overhaul. DISC is seeking to incorporate innovative logistics support methods, currently being demonstrated in private industry, by forming a strategic alliance with a private sector partner.By partnering with a parts supplier/parts integrator and/or "prime vendor," DISC expects to capitalize on the total supply chain management and integrated logistics efforts. As a single source of supply, the vendor will be expected to furnish industrial spare parts, efficient supply chain management, inventory control, forecasting, engineering services, technical services, and configuration management. The vendor is also expected to provide information technology to improve logistics support, eliminating redundancies and simplifying procedures. The implementation of such a program is expected to result in a reduction of total logistics costs and a reduction in the time required to accomplish the customer's overhaul and maintenance mission. The resultant contract will be for a base period of two (2) years and three (3) one year options for a maximum possible five (5) years. II. CURRENT PROCEDURES There are approximately 20 benchstock areas, among the Camp Pendleton sites. There are approximately 25 benchstock areas in the Camp Lejeune site. All are located in high intensity maintenance areas. There are also moderate intensity and low intensity maintenance areas that are served from these benchstock locations. A typical benchstock area is unattended and consists of shelves containing bins. As mechanics identify the need for a part, they go to the benchstock area, withdraw the required parts/quantities, and indicate on their shopping list that the source for the parts was the unit's benchstock. A vendor will come to the benchstock area to do an inventory check and order replacement stock. III. EXPECTATIONS A. The customer has the following expectations for this initiative: 1. A prime vendor who acts as a parts supplier/parts integrator, supplying and managing all benchstock parts (all items must conform to specifications, standards, quality conformance, quality certifications, identification and shelf life requirements as defined by the Purchase Item Description (PID) (including all applicable drawings); 2. A total supply chain manager of integrated logistics that participates in all planning meetings and provides: a. 100% supply availability, anticipating customer's needs and maintaining the required inventory levels; b. Forecasting and tracking of material usage and costs; c. Engineering and technical services, and configuration management; 3. Reliable direct industry surge and sustainment capability; all Deployed Support Units are to be supported at all times; 4. Implementation of information technology that interfaces with organic information systems in a transparent manner; 5. Elimination of redundancy and simplification of procedures; 6. Quality parts equal to or greater than those currently provided; 7. Reduction in contract prices in each option year as productivity efficiencies are achieved; 8. Easy access to a customer service representative We invite concept papers that take advantage of state-of-the-art technology and innovative contracting to achieve these goals. CUSTOMER SITE VISIT To assist offerors in developing an effective Concept Paper, a site visit will be conducted at Camp Pendleton on March 10 and with Camp Lejeune on March 17. Attendance will not be required for submitting a Concept Paper. All visitors must register with the contracting officer not later than March 6 in order to gain entrance to Camp Pendleton and/or Camp Lejeune. The site visit(s) will consist of a limited tour of some of the facilities and an opportunity to view some of the materials to be provided. Visitors may ask questions for the purpose of clarifying customers' support needs; however, there will be no discussions regarding contractual content or agreements. IV. SUBMISSION PROCESS Concept Papers Concept Papers must conform to format and content requirements specified in Section VI and must be received by the bid opening officer cited above by: April 10, 1998; 1:00PM EST Concept Papers received on or before that date will be evaluated for utilization at Camp Pendleton and Camp Lejeune and related customer sites. Offerors will be notified if Concept Papers are received after the cutoff date. Late Concept Papers may be evaluated for feasibility or utilization at other sites. Concept Papers are not to exceed 50 pages, typed, 12 point type or larger, double-spaced, single-sided, 8-1/2" x 11" paper. If more than 50 pages are submitted, only the first 50 pages will be considered. All Concept Papers and abstracts will be reviewed by Government officials only and will be treated as proprietary data. Concepts submitted by FAX, E-MAIL or other electronic medium will not be accepted. V. EVALUATION PROCESS & EVALUATION FACTORS Evaluation Process Concept Papers will be evaluated against the established criteria set forth herein. Submitters may be required to give an oral presentation of their proposal. When the Concept Paper evaluation is completed, each submitter will be notified of eligibility for further discussions. Customer affordability is an important factor in making an eligibility decision. The final award decision will reflect an integrated analysis of the concept technical merit and concept price. For the final evaluation, technical merit will be more important than price. All Concept Papers will be considered proprietary. All responsible sources capable of satisfying the Government's needs may submit a Concept Paper which shall be considered by DISC. A. Pricing Methodolgy Evaluation Concept Papers must address pricing methodology. Those proposals that demonstrate price reductions over the life of the contract will be considered more favorably. All pricing methodologies will be evaluated for cost/price realism. B. Technical Proposal Evaluation The offeror shall fully address in the Concept Paper each of the following areas that will be examined as part of the evaluation process. The factors are listed in descending order of importance. Note: If a Concept Paper cannot support factors 1 and 2, Customer-Oriented Supply Chain Management Concept and Industrial Readiness Support Concept respectively, there will be no further evaluation of the remaining factors. 1. Customer Oriented Supply Chain Management The Government will evaluate the concept for its ability to provide supplies, efficient supply chain management, inventory control, on-site stock area management, forecasting, engineering services, technical services, and configuration management that will ensure that the necessary supplies and a tailored inventory management system are available for full support of industrial and/or base level support activities. The Government will evaluate the concept to ensure that it provides a transition to 100% fill-rate, which will provide an uninterrupted flow of spare parts and industrial industrial hardware to the line mechanics and technicians during both normal operations and surge periods. Therefore, the Concept Paper should give sufficient detail so that the Government can understand the offeror's inventory control procedures, distribution plan, customer service plan, and quality control plan for all levels of operations. a. Technical Feasibility The Government will evaluate the COSCM concept to ensure that the offeror has the capability to perform in accordance with the concept submitted. b. Realism of Expected Outcomes The Government will evaluate the COSCM concept for realism. That is, the Government will evaluate the concept paper to ensure that it is realistic for the work to be performed, that the various elements of the concept are consistent. 2. Industrial Readiness Support Concept The Government will evaluate the concept submitted to ensure that supplies and supply chain management will be sustained in case of national emergency and will achieve industrial mobilization in time of war, international turmoil, and any other unexpected surges in requirements. Therefore, the concept should describe the approach to supporting this initiative and the manner in which the offeror will possess: a. The ability to forecast and react to surge requirements. b. The ability to rapidly escalate the operating tempo to support surge requirements and maintain level of sustainment. 3. Information Technology The Concept Paper will be evaluated to ensure that the vendor's approach to information technology provides for a seamless interface with the Government and an open exchange of information between customer, suppliers and DoD through state-of-the-art technology. Vendor's information systems must demonstrate the capability for interfacing with organic information systems in a manner that is transparent to the end user. In addition, the Government will evaluate the concept to determine the extent to which the vendor currently employs such a system, and has the capability to implement such a system in any resultant contract. 4. Past Performance/Corporate Experience The Government will evaluate offeror's past performance on efforts of similar scale and scope in order to assess the offeror's relative capability and trustworthiness, and thus the relative reliability of the offeror's promises. The Offeror shall submit a listing of prior Government and Commercial contracts similar to the one offered in the Concept Paper. As a minimum the offeror shall submit information on each referenced contract in the following format: a. name of project and/or contract number; b. company or Government Agency's name, address, phone number and point of contact; c. the supplies and services furnished under the contract; d. the contract type (firm fixed price, cost plus fixed fee, etc.) and total value; e. the delivery requirements of the contract, your performance in meeting those deliveries and a description of any problems in performance and/or corrective actions taken with regard to the contract. The offeror should note that the Government may also seek past performance information from other sources known to the Government to assist in its evaluation. 5. Management Plan The Government will evaluate the organization's controls and managerial approach over its workforce, suppliers, distribution and quality systems. The Government will evaluate the submitter's plan for selecting and monitoring performance of suppliers and subcontractors to ensure receipt of parts and material consistent with distribution needs and quality standards. Therefore, the Concept Paper should include information regarding your organizational and management plans. The Government will also request descriptive information regarding managerial/supervisory personnel dedicated to support the planned contract. The Government will evaluate the level of experience of these persons and their abilities in managing the COSCM process under the contract. 6. Competition Goals. The Government will evaluate the offeror's contractual alliances with suppliers, subcontractors and other supply chain components to ensure that there is robust competition at the supplier level. The Government will evaluate the Concept Paper to ensure that such alliances or contractual relationships exist with the offeror and how this will ultimately benefit the Government in terms of cost effectiveness, availability, and quality. Therefore, the Concept Paper should address the offerors contractual relationships, how the offeror employs these relationships to ensure competition at the supplier level for cost effectiveness, availability, and quality. 7. Small Business/Small Disadvantaged Business Program/Women Owned Subcontracting Plan The Government will evaluate both large and small business offers to determine what portion of their proposal will be subcontracted to Small Business(SB), Small Disadvantage Business(SDB), and Women Owned Business(WOB) concerns in terms of percentages and dollars. The offeror should submit a plan for providing real business opportunity for SB, SDB, and WOB including specific socioeconomic objectives for each year of the contract. DLA Mentoring Business Agreements(MBA) Program as Found in DLAR 52.219-9002 or DLAR 42.219-9003. The Government will evaluate the offeror's plans to develop maximum opportunity for small businesses and small disadvantaged businesses by participating in the DLA Mentoring Business Agreements (MBA) program (DLAR 52.219-9002/9003). The DLA MBA Program ensures that small and small disadvantage business concerns fully participate in the COSCM program. A plan should be submitted that will address how the offer has or will obtain one or more agreements between itself and a SB or SDB. VI. CONCEPT FORMAT AND CONTENT Concept Paper Concept papers must be clearly marked with the words, "CONCEPT PAPER," and must include the following sections, each starting on a new page. A. Section I -- Administrative BAA number Addendum number Points of contact Name of business Type of business (e.g. large, small, disadvantaged) B. Section II -- Detailed Proposal Information. Concept Content All offerors must address their technical approach to achieving the program objectives and expectations presented in this PIP. The Concept Paper should describe the vendor's approach to supporting this initiative and the manner in which it will maintain sources, manufacturers, producers and other suppliers available for the furnishing of these spare parts and other services in times of peace and national emergency, and to achieve industrial mobilization in time of war, international turmoil, and any surges in requirements. The concept will include the complete pricing methodology. The concept should present, in plain English, a detailed discussion of the proposed work that will allow for Government evaluation in accordance with the factors listed in Section V, including, but not be limited to: an outline of the scope of the effort and a description of the specific tasks to be performed and specific contractor requirements; a discussion of vendor's experience providing support similar to the proposed concept, and the advantages and disadvantages over alternative concepts. Specific attention must be given to addressing both risk and payoff of the proposed work that make it desirable to DISC/DLA; a description of the facilities that would be used for the proposedwork; a description of any incentive provisions that will motivate the offeror to effectively manage costs, enhance supply availability and offer the Government a better value; an explanation of how the vendor will reduce costs, improve efficiencies, and save the Government money over the life of the contract; and a description of performance guarantees and anticipatory services (e.g., forecasting, engineering and technical).

Loren Data Corp. http://www.ld.com (SYN# 0376 19980224\SP-0010.MSC)


SP - Special Notices Index Page