Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 26,1998 PSA#2040

ADDENDUM #5 BROAD AGENCY ANNOUNCEMENT SP050097-BAA01 AMENDMENT #1 ADDENDUM #5 -- CAMP PENDLETON, CAMP LEJEUNE and Other Surrounding Marine Corps Sites Broad Agency Announcement SP0500-97-BAA01, Amendment #1 The Defense Industrial Supply Center (DISC), Philadelphia, is pursuing innovative methods of providing Customer Oriented Supply Chain Management (COSCM) in support of spare parts at various military centers, bases, camps and posts. This Addendum to the Broad Agency Announcement (BAA) is issued for two Marine Corps sites: Camp Pendleton and Camp Lejeune. These sites encompass other Marine Corps activities within their respective regions (see Description of Customer Activities). This addendum to the BAA covers 1) supply items currently stocked in pre-expended bins located near their maintenance areas, also known as benchstock, and 2) other items commonly expended in the maintenance, repair, and overhaul of land vehicles. Land vehicles may include commercial as well as weapons systems, wheeled as well as tracked, off-road as well as on-road vehicles. This addendumand the following four information sources* constitute the entire Broad Agency Announcement (BAA) and should be referred to in conjunction with each other. 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 DLA sources (as provided by DISC on floppy disks); 3. Broad Agency Announcement (BAA) SP0500-97-BAA01, Amendment #1, Parts Supplier/Parts Integrator, Pages 1 through 5; 4. Proposer Information Packet (PIP), Broad Agency Announcement (BAA) SP0500-97-BAA01, Addendum #5, Camp Pendleton/Camp Lejeune, Pages 1 through 12. * Refer to the General Information section of this Addendum for details on obtaining these sources. SCOPE The types of items the contractor shall be required to provide as part of COSCM are catalogued under Federal Supply Classes (FSCs) 3030, 3110, 3120, 3130, 4010, 4020, 5305, 5306, 5307, 5310, 5315, 5320, 5325, 5330, 5331, 5335, 5339, 5340, 5345, 5350, 5355, 5360, 5364, 5365, 6220, 6240. These items are specific parts associated with land vehicle maintenance, repair and overhaul at Camp Pendleton, Camp Lejeune and related customer sites. These items must conform to specifications, standards, quality conformance, quality certifications, identification and shelf-life requirements as defined by the applicable item description. The resultant contract will have a base period of 2 years with 3 one year option periods, for a maximum of five years. Any award(s) will be made for either both sites combined or each site separately. Customer Expectations The customer's expectations for this initiative include utilizing a total supply chain manager of integrated logistics that provides a 100% fill rate including forecasting, engineering and technical services and provides reliable direct industry surge and sustainment capability. Support is expected to be provided to all Deployed Support Units (DSU) at all locations at all times. It is anticipated that adopting this program will result in the reduction of total logistics costs, the elimination of redundancy and simplification of current procedures and a reduction in the time required to accomplish the customer's overhaul and maintenance mission. The vendor may also be required to supply related items that have not been defined as "benchstock" on an as needed bases, based on Customer request for support. DESCRIPTION OF CUSTOMER ACTIVITIES The following description of customer activities provides a simple outline of current operations at Camp Pendleton and Camp Lejeune. Prospective vendors should attend the site visits which are scheduled for both locations in order to obtain more information and clarification about each activity and surrounding sites. Each Marine Corps site will also provide maps of various activities at the bases and clarify their expectations of supply support resulting from this solicitation. The mission of both bases is to maintain combat ready units for expeditionary deployment. In general, both bases are supported by an Intermediate Maintenance Unit (IMU) which consists of Electronics, Engineering, General Support, Motor Transport and Ordnance departments. The IMU performs repair and general support to equipment utilized by the 60-70 Marine Corps units at Camp Pendleton and 104 Marine Corps units at Camp Lejeune located throughout the base. These units also perform their own repairs but refer more complex tasks to the IMU. It is anticipated that approximately 50% of the units at both bases would be initiatially supported by this effort as well as the IMUs. Camp Pendleton area: Marine Corps Base (MCB) Camp Pendleton, Oceanside, CA; approximately 30 miles north of San Diego; Marine Corps Air-Ground Combat Center (MCAGCC) 29 Palms, 29 Palms, CA; approximately 50 miles northeast of Palm Springs and 70 miles east of San Bernardino; MCAS El Toro/Tustin, Santa Ana, CA; two separate installations located within 5 miles of each other; approximately 30 miles east-southeast of Los Angeles; MCAS Miramar, San Diego, CA; (all MCAS El Toro/Tustin units are being transferred to Miramar by FY 1999) approximately 10 miles north of Downtown San Diego; MCAS Yuma, Arizona; three separate customer locations, one is co-located with Yuma Municipal Airport; one is 10 miles east of the airport; one is 35 miles north of Yuma at the Yuma Proving Grounds. Camp Lejeune area: Marine Corps Base Camp Lejeune, North Carolina; approximately 10 miles south of Jacksonville; consists of 104 units. MCAS Cherry Point, North Carolina; approximately 50 miles northeast of Camp Lejeune MCAS New River, North Carolina; located in the vicinity of Camp Lejeune MCAS Beaufort, South Carolina; approximately 110 miles south of Camp Lejeune EVALUATION CRITERIA Interested parties should propose Concept Papers which explain how they will provide innovative and efficient supply chain management. These Concept Papers should describe how support will be provided in the following categories: inventory control, forecasting, and a provision for anticipated services such as engineering, technical, and configuration management of land vehicle spare parts to Camp Pendleton, Camp Lejeune and surrounding customer sites. The Concept Papers will be evaluated for their ability to provide the innovative type of supply management currently being employed in support of comparable activities in the commercial sector. Concept Papers will be evaluated against the following evaluation criteria to determine their merit. The criteria are shown here in descending order of importance (see Broad Agency Announcement (BAA) SP0500-97-BAA01 Amendment #1 dated August 27, 1997, for additional information on evaluation factors.) 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 Concept a. Leveraging information technology and communication to achieve efficiency of operation; b. Technical Feasibility 2. Industrial Readiness Support Concept -- specifically for the Deployed Support Units 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. DLA Mentoring Business Agreement (MBA) Program as Found in DLAD Subpart 19.72 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 tour of all facilities and an opportunity to view some of the materials to be provided. Visitors may ask questions for the purposes of clarifying customers' support needs; however, there will be no discussions regarding contractual content or agreements. GENERAL INFORMATION 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. The entire BAA, Addendum and Proposer Information Package is available through the DISC Home Page (http://www.disc.dla.mil) under the heading "Broad Agency Announcements." Interested parties may access the DISC Home Page or they may contact the DISC POC (identified below), by electronic or regular mail, to obtain this information. Offerors are to submit an original and four (4) copies of their CPs (in hard copy) and one copy on a 3 " disk (Microsoft Office format preferred) by 1:00PM on April 10 to the following address: Defense Industrial Supply Center, ATTN: DISC-PODP (Bid Opening Officer), 700 Robbins Ave., Philadelphia, PA 19111-5096. Concept Papers submitted shall be evaluated against the established criteria and if deemed to have merit, the Government will ask offeror(s) to submit proposals for subsequent negotiations for possible contract award. Any Concept Paper received after 1:00PM, April 10 will not be considered for this requirement in the initial review of the CP, but may be considered at a later time. The CP should not exceed fifty (50) pages. POC for issues regarding this Addendum is Tom Pawlowski, DISC-AP, electronic mail address: tpawlowski@disc.dla.mil; telephone (215) 697-0961; fax (215) 697-3630; alternatively, you may contact Bill Kuzma, DISC-AP, email: wkuzma@disc.dla.mil; telephone (215) 697-2891; fax (215) 697-3630. This notice in conjunction with the sources listed on page one of this BAA constitute the entire 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# 0461 19980226\SP-0003.MSC)


SP - Special Notices Index Page