The RFP Database
New business relationships start here

Constant Speed Drive Support at Tinker AFB, Supplier Initiated Odering, Sustinment Engineering Support


Virginia, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

 

SOURCES SOUGHT  //  REQUEST FOR INFORMATION


 


The Defense Logistics Agency Aviation - Richmond is issuing this Request for Information (RFI) Notice as a means of conducting market research.


The purpose of this Sources Sought Notice is to conduct market research and to gauge potential industry interest in an arrangement to support Constant Speed Drive (CSD) and/or Integrated Drive Generator (IDG) repair parts and associated services. The Government seeks information that will be used as part of an analysis to determine the capabilities of available sources to meet this requirement. The Government will use this information to determine the best acquisition strategy for this procurement. The Government is interested in responses from commercial businesses of all sizes. The government anticipates that this requirement will be procured under FAR part 12.


This notice is for information and planning purposes only and does not constitute a Request for Proposal (RFP) or commitment by the Government. DLA Aviation anticipates possible award of a contract for the acquisition of performance based supply chain management support to include wholesale supply support, depot-level reparable (DLR) and consumable spares support, collaborative forecasting, and sustainment engineering, in support of depot maintenance operations for CSDs and/or IDGs located at Tinker AFB and in support of DLA Aviation worldwide customers.


The overarching objective of this acquisition is to improve material availability and minimize backorders for DLA Aviation CSD/IDG customers by data sharing, providing for contractor input on order times and quantities, contractor provision of proactive sustainment engineering support, assistance with diminishing manufacturing sources and associated parts shortages that result, and streamlining supply chain management. In order to meet this overarching objective, the contractor must have the ability to provide DLR and consumable item support to Tinker AFB and DLA Aviation worldwide customers, must be able to plan and execute a proactive Supplier-Initiated Ordering (SIO) program, and must possess specialized engineering expertise applicable to CSDs and IDGs. Contractor-provided on-site engineering and program management may be government requirements.


The contractor will be required to plan for and aggregate all material requirements in order to leverage total quantities of parts into a best value for material support. The contractor will be required to deliver their supplies to Government wholesale and retail supply points as directed within specified timeframes. The contractor will be required to provide consumable and DLR parts support for CSD and/or IDG repair and depot overhaul activities. Actual repair of DLRs or end items is not anticipated at this time but may be included as the requirement is fully developed. The material list includes approximately 1470 NIINs, 170 DLRs and 1300 consumables. These numbers may change as the acquisition strategy is more fully developed.

Performance metrics associated with this acquisition may be tied to one or more of the following: material availability, backorders (total and/or age), and inventory reductions. Small business participation may also be a potential metric.


Any interested party able to provide some or all of the products and services outlined above may submit a notice of interest to the contracting officer by, at a minimum, responding the RFI below. Responses involving teaming arrangements should describe the work that will be accomplished by the prospective prime contract holder and the work accomplished by the teaming partners. Suggestions or examples of how the desired support can be structured/implemented are welcome.


Please provide the following business information in your response as well as responses to all the questions below:


 

Company Name
Physical and/or Mailing Address

CAGE Code

DUNS Number
Number of Employees
Point of Contact (POC)
POC Phone Number
POC Email Address
Web Page URL, if available



Describe what small business type or category you represent, if applicable.


Please provide copies of any agreements referenced including any direct access to OEM drawings and engineering expertise.


1.  Describe your experience executing relevant performance-based supply chain management programs in support of depot and worldwide aviation customers. What do you envision as the risk areas associated with this effort and how would you mitigate those risks?


2.  Describe your company's ability and experience in sourcing CSD and IDG DLR and consumable items as well as your company's supply and engineering knowledge of CSDs and IDGs that would allow you to provide outstanding support to the customer.


3.  Is your interest in this effort as a prime or subcontractor?  Are you able to facilitate a teaming arrangement for this material?


4.  Are you able to support all of this material under a performance based arrangement?  Please indicate the material that you can provide on the spreadsheet of material and please return with your response.


5.  Describe your capabilities & experience in performing the supply chain functions: demand forecasting, supplier management, inventory management, warehousing, configuration management, and obsolescence management.


6.  Describe the transition and implementation actions and timeframes your firm would identify/need to successfully execute the anticipated requirements of this acquisition.


7.  What quality control systems/measures do you currently have in place (ISO 9000, 9001, AS9100, NADCAP (National Aerospace and Defense Contractors Accreditation Program)?


8.  Describe your experience with Government Source Inspection, Aviation Critical Safety Items, and OSHA standards.


9.  Are you currently registered in the System for Award Management (SAM) and Wide Area Workflow  (WAWF)?


10.    What suggestions, if any, do you have for this performance-based acquisition (including evaluation criteria, CLIN structure, contract structure, incentive/disincentive structure and application, or other elements)?


11.  Do you possess all the necessary technical data to perform for this performance-based supply chain management acquisition?


12.  Do you have electronic interface capability with DLA and military inventory control points?


13.  Describe your firm's ability to obtain all proprietary engineering data to provide engineering support and sustainment elements, recommend reliability improvements, provide obsolescence management, make recommendations for Engineering Change Proposals (ECPs), ability to provide reverse engineering capabilities, mitigate Diminishing Manufacturing Source (DMSMS) challenges, manage Critical Safety Items (CSI), and provide field engineering support? 


14.  Identify your ability to support a Material Availability metric of 90%, 95% and 99% and the costs associated.  Is there a difference in cost to perform based on a higher level of availability?  If so, please provide an estimate in the difference to support each level of performance.  Would you recommend an ideal level of support that would provide both the optimal performance to support this material and optimal cost?


15.  Describe your company's experience with predictive analytics by using statistical techniques, data mining, and predictive modeling that analyze current and historical facts to make predictions about unknown or future events (i.e. predicting when components of CSD/IDG assemblies will fail.).


 


Disclaimer: THE GOVERNMENT DOES NOT INTEND TO AWARD A CONTRACT ON THE BASIS OF THIS POTENTIAL REQUEST FOR INFORMATION (RFI) OR TO OTHERWISE PAY FOR THE INFORMATION SOLICITED.

This RFI is issued for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked Proprietary or competition sensitive will be handled accordingly. Responses to the RFI will not be returned. The responses to this notice are not an offer and cannot be accepted by the Government to form a binding contract. The Government reserves the right to reject, in whole or in part, any contractor's input resulting from this RFI. Responders are solely responsible for all expenses associated with responding to this RFI

Interested sources should respond by email to john.whaley@dla.mil and Anthony.Cotto.ctr@dla.mil

by the close date, 09/09/2019.


 

Place of Contract Performance: Tinker AFB

 

Contractor's Address

To Be Determined

 


John E Whaley, Acquisition Specialist, Phone (804)279-5213, Fax (804) 279-4177, Email John.Whaley@dla.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP