Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 22,1998 PSA#2206

BROAD AGENCY ANNOUNCEMENT ADD 2 BROAD AGENCY ANNOUNCEMENT SPO500-97-BAA01 AMENDMENT 2, ADDENDUM NO. 7 FOR THE ANNISTON ARMY DEPOT, ANNISTON, ALABAMA By the use of the above Broad Agency Announcement (BAA), as amended, the Defense Industrial Supply Center (DISC) is seeking industry assistance in the reengineering of the methods by which DISC, as an Inventory Control Point (ICP) within the Defense Logistics Agency (DLA), will provide logistics support to its military customers. This initiative is referred to as the DISC Industrial Prime Vendor Program (DISC-IPVP). This Addendum No. 7 is a request for the submission of Concepts for innovative methods for DISC to provide the full breadth of Customer Oriented Supply Chain Management (COSCM) with respect to the spare parts and industrial hardware requirements of the Anniston Army Depot (ANAD) located at Anniston, AL., PLEASE NOTE THAT, IN 4777, DISC WILL BE INTEGRATED WITH DEFENSE SUPPLY CENTER, PHILADELPHIA (DSCP). ANY REFERENCE HEREIN TO DISC MEANS "DISC" OR ITS SUCCESSOR, "DSCP," The supply items which the successful contractor will be required to furnish under the contract are those that are typically located at or near the point of use in the maintenance, overhaul, and repair of various ground based systems and equipment at ANAD. These spare parts/industrial hardware items may be expanded/revised to support workload being transferred from other depots. These systems and equipment include combat vehicles, tracked vehicles, towed artillery systems, and two missile systems. Federal Stock Group (FSG) 53 and the following FSCs represent a sampling of the types of items to be supplied by the Industrial Prime Vendor: 4005, 4040, 4045, 4025, 4240, 4650, 2540, 2520, 2530, 2570, 2805, 2845, 2840, 2745, 2730, 3040, 3440, 3430, 3437, 3455, 4040, 4030, 4740, 4720, 4730, 4840, 4820, 5440, 5420, 5430, 5433, 5436, 5420, 5640, 5805, 5705, 5725, 5730, 5735, 5740, 5745, 5760, 5764, 5762, 5770, 5775, 5770, 5775, 5777, 6435, 6445, 6450, 6240, 6220, 6240, 6545, 6640, 6650, 6685, 7540, 7670, 8040, 8030, 8445, 8425, 7450, 7320, 7370, 7505, 7540, 7545, 7520, 7530, 7540, and 7705. This Addendum, together with the sources of information listed below, constitute the entire Broad Agency Announcement, and should be consulted, reviewed or referred to, in conjunction with each other. See the "GENERAL INFORMATION" section of this Addendum for details on obtaining any or all of the information. A. Data Bases: On the World Wide Web, at HYPERLINK, http:// www.disc.dla.mil under Broad Agency Announcement. See BAA04, Amendment No. 2, Addendum No. 7. 4. DISC provided database of ANAD's historical demand/usage for the past twenty-four (24) months for DLA-managed items. B. Broad Agency Announcement (BAA) SPO500-77-BAA04, Amendment 2, Addendum 7, Parts Supplier/Parts Integrator C. Proposer Information Packet (PIP), Broad Agency Announcement (BAA) SPO500-77-BAA04, Amendment 2, Addendum 7, for Anniston Army Depot, Anniston, Al. SCOPE The contract type, which DISC proposes to use for this initiative, is a firm fixed price or fixed price with economic price adjustment Indefinite Quantity Contract (IQC) having a base period of two (2) years and three (3) one-year options to extend the contract term. The maximum term of the contract will not exceed five (5) years. Each contract year, whether in the base period or an option year, will have a specific dollar amount guaranteed. To the maximum extent practicable, the contract will be structured in accordance with Part 42 of the Federal Acquisition Regulation (FAR) and Part 242 of the Defense Federal Acquisition Regulation Supplement (DFARS). Specific modifications or revisions to the suggested provisions of those regulations, referred to as tailoring, as well as other provisions unique to Government acquisition, will be implemented by an appropriate Addendum. In the initial stage of the prospective contract, the scope of work will encompass only the logistical support for ANAD at Anniston, AL with respect to its requirements for spare parts and industrial hardware stored at or near the point of use in its maintenance, overhaul and repair mission (bench stock requirements). However, also included in scope of this endeavor is the potential broadening of the logistical support to the U. S. Army as follow: a. Expansion of logistical support to encompass those items, which are currently, stored in intermediate retail storage facilities at ANAD. If and when the logistical support thus expanded, delivery of those items will be required either to the intermediate storage facility or directed to the maintenance shop floor, as directed by ANAD through a requisitioning or order process. b. Expansion of logistical support to the four (4) additional U. S. Army sites at Red River Army Depot, Tobyhanna Army Depot, Letterkenny Army Depot and Corpus Christi Army Depot. Interested parties are requested to submit Concepts, which propose innovative and efficient methods of providing logistics, support to ANAD at Anniston, AL with respect to its bench stock requirements as defined herein. With respect to bench stock requirements, the term, "innovative," means that the methods of providing logistics support should include the means by which the involvement of Anniston Army Depot, DISC, DLA and DOD personnel and infrastructure in the supply chain management of ANAD's requirements will be significantly reduced or eliminated. Concepts should also address the manner, extent and capability of response to the expansion of logistical support required under the contract as set forth in the preceding paragraph. To receive the most favorable evaluation against the criteria set forth in this BAA, a Concept should cover the full breadth of Customer Oriented Supply Chain Management (COSCM), providing as much detail as possible. As a minimum, a Concept should include supply replenishment, inventory control and supply maintenance, planning and forecasting, engineering and technical services. Concepts must also include evidence of the capability to respond to spikes military readiness requirements and supply surge situations. If it is determined at a later date to expand to the intermediate storage facilities and/or additional sites, an amendment to this Addendum will be issued detailing all pertinent information. In the event, such amendment is issued, the government will request a revised concept paper to address the increase in scope. DISC intends to award a contract to a single integrator for the logistics support of ANAD with respect to its bench stock requirements and its intermediate retail inventory facilities, as well as the additional U. S. Army sites named above, unless a determination can be made that employing more than one integrator will attain the overall purpose of this Addendum to the BAA. Strategic alliances and partnering arrangements among suppliers are encouraged. Concepts will be evaluated on their breadth of innovative and efficient supply chain management with respect to the support of the spare parts and industrial hardware requirements of ANAD relating to their respective maintenance, overhauland repair and logistics support missions. In addition to providing for the furnishing of the required supplies, the COSCM Concept must demonstrate the elements of inventory control and supply maintenance, planning and forecasting, engineering and technical services, as well as surge and sustainment. The items of supply must conform to specifications and standards, quality conformance and quality certifications, identification of shelf-life requirements, and all other requirements of the specific item descriptions for the specific parts associated with maintenance, overhaul and repair of ground vehicles at ANAD. The COSCM Concept must include a process and a time by which a 400 percent fill-rate will be achieved. A "400 percent fill-rate" means that a specific, needed, part, set, kit, chest, etc., is available for use when the ANAD mechanic or artisan attempts to retrieve it to accomplish his or her mission. The scope of the prospective contract will also include provisions for the furnishing by the Contractor of spare parts and industrial hardware that have not been identified as bench stock or intermediate inventory at the date of contract at ANAD or any of the additional U. S. Army sites. DESCRIPTION OF CUSTOMER ACTIVITIES The following provides information concerning current operations at ANAD and the other four (4) depots. Those who will submit Concepts should review the information only as the baseline conditions from which to formulate innovative, more efficient, and less costly logistics solutions in support of ANAD. A Site visit is tentatively scheduled for September 27, 4778. While attendance at the site visit is not mandatory, those who intend to submit Concepts should attend in order to obtain a clear picture as to the physical layout of ANAD, receive the maximum information concerning this Activity, and to clarify other information regarding the support requirements or expectations of the customer. ANAD will provide a map of its facility. Specific information regarding the site visit will be provided at a later date. A. MISSIONS ANNISTON ARMY DEPOT Anniston Army Depot is capable of performing maintenance on heavy-tracked combat vehicles towed artillery systems, two missile systems and their various components. The depot is designated as the Center of Technical Excellence for the M4 Abrams Tank, and is the designated candidate depot for the repair of the M60, AVLB, M728, M88 and M554 combat vehicles. ANAD will assume responsibility for towed and self-propelled artillery and the M443 Family of Vehicles (FOV) and is currently accepting M443 workload being transferred from Red River Army Depot. ANAD will also be receiving workload for M407 FOV currently in progress at Letterkenny Army Depot. ANAD performs maintenance on individual and crew-served weapons as well as land combat missiles. Additionally the maintenance and storage of conventional ammunition and missiles as well as the storage of chemical munitions are significant parts of Anniston Army Depot's overall mission. This depot provides an industrial core that is essential to the mobilization of Army Forces. RED RIVER ARMY DEPOT (RRAD) RRAD's maintenance mission includes the repair, rebuild, overhaul and conversion of the Army's light tracked combat vehicle fleet, including the Bradley Fighting Vehicle System, the Multiple Launch Rocket System, and their associated secondary items. The depot also serves as a vital ammunition storage center. TOBYHANNA ARMY DEPOT (TYAD) TYAD is a maintenance depot that provides repair, overhaul, maintenance, and fabrication of assigned commodities. This depot receives, stores, and maintains accountability, as well as issues for Communications Security (COMSEC) material and provides destruction and disposal capabilities for Army COMSEC equipment worldwide. TYAD also provides CONUS OCONUS field service support of electronics equipment and systems. CORPUS CHRISTI ARMY DEPOT (CCAD) CCAD is the Army's only organic facility for the repair and overhaul of rotary wing aircraft. The Depot contributes to Army, Navy, Marine and Air Force readiness through its repair, overhaul, and maintenance of a wide variety of helicopters as well as related engines and components. LETTERKENNY ARMY DEPOT (LEAD) LEAD is the organic depot for the overhaul, test, repair and/or modification for various ground support vehicles. Letterkenny Depot's mission expertise lies in missiles, missile systems, radar, electronics, ammunition and artillery. The depot's flexibility and adaptability is demonstrated by performing a variety of electronic, mechanical, hydraulic, and ammunition missions. B. FACILITIES ANAD, ANNISTON, ALABAMA Located in Anninton, AL, 74.4 miles west of Atlanta. There are approximately 20,504 industrial hardware items which will be required to be supplied to this facility. Shop Floor assets are currently maintained at approximately 456 storage/bin sites in 42 building. ANAD expects the successful contractor to determine the most efficient solution possible in order to enable them to perform their missions and to provide the full breadth of supply chain management therefor. RRAD, RED RIVER, TEXAS Located in Red River, TX, 48 miles west of Texarkana, Texas, in the northeast corner of Texas. TYAD, TOBYHANNA, PENNSYLVANIA Strategically located in Northeastern Pennsylvania, Tobyhanna is located approximately 6 miles west of Strousburg, Pa. CCAD, CORPUS CHRISTI, TEXAS Located on the Gulf coast of Texas and approximately 475 miles Southeast of San Antonio, Tx. LEAD, LETTERKENNY, PENNSYLVANIA Located in South Central Pennsylvania and easily accessed by major highways, railways, airports and port facilities. LEAD is situated approximately 5 miles north of Chambersburg, PA. EVALUATION CRITERIA Concept Papers will be evaluated solely against the criteria set forth in this BAA. In addition to submission of proposals for the furnishing of supplies, interested parties should propose concepts that provide innovative, efficient and complete supply chain management for the requirements of ANAD, Anniston, AL. Concept Papers should describe in detail the manner in which supply chain management will be provided regarding the furnishing of supplies, advance planning and forecasting, the maintenance of a supply and inventory control systems, the maintenance of a quality system, including vendor qualification processes, procedures and audits, provision of engineering and technical services, the ability to address surge and sustainment requirements, and any other elements of supply chain management not mentioned. The Concept should include the innovation and efficiencies of supply chain management currently being employed in the commercial market place, and should reflect how those processes will be designed to replace, or be adapted to, the current supply chain management process in place at ANAD. The following evaluation criteria will be employed to determine the technical merit of each Concept Paper submitted. The criteria are listed in a descending order of importance: 1. Customer Oriented Supply Chain Management a. Leveraging Information Technology and communication to achieve efficiency of operation. b. Technical Feasibility 2. Industrial Readiness Support 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/Women-Owned Business Subcontracting Plan 6. DLA Mentoring Business Agreement (MBA) Program, as set forth in Subpart 47.72 of the DLA Directive (DLAD) See the Proposer Information Packet, Broad Agency Announcement SPO500- 77-BAA04, Amendment No. 2, Addendum No. 7, for the substantive information relating to the above evaluation criteria. NOTE: IF, AS EVALUATED, A CONCEPT PAPER FAILS EITHER FACTOR NO. 4 OR FACTOR No. 2, NO FURTHER EVALUATION OF THE CONCEPT WILL ENSUE AND THE SUBMITTER WILL BE SO ADVISED. CUSTOMER SITE VISIT A Site Visit is tentatively scheduled for September 27, 4778. The following are the points of contact for all site visit issues and questions: Ruth Barnett 245-677-7228 Mindy Guida 245-677-4454 Bob Cunningham 245-677-7770 In the event that the above date must be changed, notice of the change will be publicized via an Amendment on the World Wide Web, and in the Commerce Business Daily. While attendance at the above site is not mandatory, the site visit is for the specific purposes of providing each prospective vendor as much available information as possible for the preparation of a Concept Paper. The site visit will consist of a tour of the facility, and will accord all who attend the opportunity to review the types of the materials required, the number and location of the bins, The types of industrial hardware items which will be required, and the general layout of each facility. All prospective attendees must register with the contracting officer no later than September 47, 4778. Failure to register might preclude entrance to a site. Visitors may ask questions for the purpose of clarifying customer support needs. However, there will be no discussion 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 Packet is available on the World Wide Web (http://www.disc.dla.mil) under the heading "Broad Agency Announcements." Interested parties may access the World Wide Web 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 Concept Papers (in hard copy) and one copy on a 3 " disk (Microsoft Office format preferred) by 4:00 P.M. on October 27, 4778 to the following address: Defense Industrial Supply Center, ATTN: DISC-PODP (Bid Opening Officer), 700 Robbins Avenue, Philadelphia, PA 47444-5076. 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 October 27, 4778 will not be considered for this requirement in the initial review of the Concept Paper, but may be considered at a later time. The Concept Paper shall not exceed fifty (50) pages). Oral presentations may be required to clarity Concept Papers submitted. P.O.C. for issues regarding this Addendum are Michael Garguilo, DISC-APG, electronic mail address: mgargiulo@disc.dla.mil, telephone (245)677-3358 or Elizabeth Myers, DISC APG, electronic mail address: emyers@disc.dla.mil telephone (245)677-2366; or fax # for all of the above is (245)677-3630. This notice in conjunction with 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 responses received. Any award(s) made as a result of responses received may be made to: (4) Anniston Army Depot only, (2) all five sites combined, or (3) all five sites separately. Posted 10/20/98 (W-SN263421).

Loren Data Corp. http://www.ld.com (SYN# 0452 19981022\SP-0001.MSC)


SP - Special Notices Index Page