Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 9,1998 PSA#2218

INDUSTRIAL SPARE PARTS-REQUEST FOR INFORMATION REQUEST FOR INFORMATION (RFI) SPO500-98-I-A002 This Request for Information (RFI) is the initiation of market research under Part 10 of the Federal Acquisition Regulation (FAR), and is not a Request for Proposals (RFP). The Government does not intend to pay for any information furnished pursuant to this RFI. The Defense Industrial Supply Center (DISC) seeks your expression of interest and any suggestions regarding DISC's desire to establish supply chain management support for spare parts and industrial hardware used in ground vehicle and aircraft repair at United States military sites in Europe, and possibly in southwestern Asia and northeastern Africa. This supply chain management initiative will encompass approximately 20,000 items of spare parts and industrial hardware for the maintenance, overhaul and repair of military and commercial ground vehicles and aircraft. DISC desires to capitalize on the total supply chain management and integrated logistics currently being demonstrated in private industry by forming a strategic alliance with one or more private sector partner(s) known as "Industrial Prime Vendors (IPVs)." Initially, DISC intends to establish IPV support for U.S. Military sites in Europe and possibly in southwestern Asia and northeastern Africa. Depending upon the nature of the responses to this RFI, the U. S. military sites may be divided into a number of independent "zones," or designated as a single zone for purposes of evaluation and award. Each contract entered into under this program will include surge and wartime readiness sustainment requirements. The types of items within the scope of the IPV program will include those items associated with the maintenance, overhaul and repair of military and commercial ground vehicles and aircraft, including, but not limited to, items currently cataloged under the following Federal Stock Classes: (FSC) 1015, 1280, 1377, 1560, 1620, 1630, 1650, 1660, 1670, 1680,1730, 2640, 2835, 2840, 2915, 3020, 3040, 3110, 3120, 3130, 4010, 4020, 4030, 4130, 4140, 4240, 4320, 4330, 4540, 4710, 4720, 4730, 4810, 4820, 5305, 5306, 5307, 5310, 5315, 5320, 5325, 5330, 5335, 5340, 5344, 5350, 5355, 5360, 5365, 5640, 5905, 5906, 5910, 5920, 5925, 5930, 5935, 5940, 5945, 5950, 5961, 5970, 5975, 5980, 5985, 5990, 5995, 5999, 6110, 6140, 6145, 6150, 6210, 6220, 6230, 6240, 6250, 6260, 6310, 6620, 6625, 6685, 6810, 6830, 6850, 6930, 7240, 7340, 7350, 7510, 7530, 7920, 8030, 8140, 8305, 9160, 9330, 9390, 9505, 9510, 9515, 9525, 9530, 9535, 9540, 9905, 1005, 1010, 1240, 1290, 2090, 2510, 2520, 2530, 2540, 2590, 2610, 2805, 2815, 2910, 2920, 2930, 2940, 2990, 3010, 3030, 3820, 3830, 3940, 4210, 4310, 4910, 4930, 5331, 5339, 5345, 5364, 5977, 6105, 6115, 6130, 6135, 6160, 6350, 6365, 6510, 6515, 6530, 6545, 6635, 6640, 6645, 6680, 6695, 7690, 9340, 9520. Page 2 of 3 The type of contract contemplated for the IPV program is a firm, fixed price, or fixed price with economic price adjustment, indefinite quantity contract with a base period and one or more one-year option periods. Current IPV contracts in the United States have a two-year base period with three (3) one-year options. Suggestions for other long-term arrangements will be considered. We anticipate the use of Electronic Commerce. Any response to this RFI should include comments regarding the use of information systems to provide for asset visibility, order and receipt transmission, and reports. Methodologies that warrant consideration include, but are not limited to, supply replenishment as determined by the IPV, and/or supply replenishment under a requisition/delivery order system. Some of DISC's integrator/supply support expectations under the Contract(s) will be as follows: (a) If a determination is made to award a contract under which the Contractor will be responsible for determination of stock levels and actual supply replenishment, the Contractor will be required to maintain the stock levels. (b) If a determination is made to award a contract under which requisitions and delivery orders are involved, the Contractor willbe required to deliver directly to the end user at the U.S. Military site. (c) The Contractor's performance will be expected to evolve to a 100 percent fill-rate by the end of the first year of the base period of the Contract. A 100 percent fill-rate in the supply replenishment methodology means that the bin, box, shelf, or other container of the parts will have the part available when the mechanic goes to the container with a requirement. In the case of a contract with requisition/delivery order methodology, the 100 percent fill rate means that all orders are delivered to the user/consignee destination on time. In either instance, appropriate adjustments would apply if excusable delay exists. Incentive provisions will be considered. (d) The Contractor will deliver products which will conform to the requirements of cited specifications, drawings, standards, quality assurance provisions, approved part numbers, as described in the order, and will comply with any Department of Defense (DoD) Authorization Act or Appropriation Act restrictions, when applicable, as set forth in Part 225 of the Defense Federal Acquisition Regulation Supplement (DFARS 225). The successful Contractor may own and manage its own international distribution network based in Europe or elsewhere that is capable of supporting the requirements of the U.S. military bases in Europe, southwestern Asia and northeastern Africa. Page 3 of 3 Alternatively, the successful Contractor may partner with European or other international warehouse and distribution companies to provide such support. Alternate methodologies may be considered. DISC invites your written comments, suggestions and ideas regarding this IPV initiative. Please include your comments regarding the feasibility and cost effectiveness of this IPV initiative, and provide a summary of your experience in similar undertakings. We desire to formulate a RFP using Best Value Source Selection evaluation criteria. In such instance, DISC will select one or more Contractors based on an integrated assessment of technical and price proposals. Greater weight will be accorded technical proposals. Accordingly, the proposed evaluation will consist of a Technical Proposal Phase followed by a Price Proposal Phase. Price Proposals will be requested from only those who have submitted acceptable Technical Proposals. Technical Proposals will be required to demonstrate a complete understanding of the requirements set forth in the RFP, as well as provide a detailed plan for executing the elements of the Technical Proposal. Responses to this RFI that indicate that the information therein is proprietary or represents confidential business information will be received and held in confidence for U.S. Government use only. However, DISC's intent is to develop an RFP from the aggregate of the information provided from industry as a whole. Please provide responses by close of business November 13, 1998 to the following address: Defense Industrial Supply Center ATTN: Victoria Ryan (DISC-APG) 700 Robbins Avenue Philadelphia,PA 19111 All responses must reference RFI no. SPO500-98-I-A002. Points of Contact (POCs) for this RFI are as follows: Victoria Ryan, Contracting Officer: E-Mail: HYPERLINK -- mailto: vryan@disc.dla.mil, Telephone: (215) 697-5952; Karyn Reade, Customer Liaison Specialist: E-Mail: HYPERLINK -- mailto: kreade@disc.dla.mil, Telephone: (215) 697-2087; Steven Wentz, Customer Liaison Specialist: E-Mail: HYPERLINK -- mailto: swentz@disc.dla.mil, Telephone: (215) 697-0677. Posted 11/05/98 (W-SN268768).

Loren Data Corp. http://www.ld.com (SYN# 0433 19981109\SP-0015.MSC)


SP - Special Notices Index Page