The RFP Database
New business relationships start here

LCC/LF PDM Support


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

  

Intent:

This notice is for information and planning purposes only and does not constitute an RFP or commitment by the Government. The purpose of this Sources Sought is to conduct market research to determine if responsible sources exist to assist in determining if this effort can be competitive and/or a total Small Business Set-Aside.  The proposed North American Industry Classification Systems (NAICS) code is 336419 which has a corresponding size standard of 1000 employees. The Government will use this information to determine the best acquisition strategy for this procurement.  The Government is interested in all small businesses to include 8(a), Service-Disabled Veteran-Owned, Hubzone, and Women-Owned small business concerns.  The government requests that interested parties respond to this notice if applicable and identify your small business status to the identified NAICS code. Additionally, please provide any anticipated teaming arrangements, along with a description of similar services offered to the Government and to commercial customers for the past three years. Any responses involving teaming agreements should delineate between the work that will be accomplished by the prime and the work accomplished by the teaming partners.

Synopsis:

DLA Aviation anticipates potential award of a contract to execute a Performance Based Logistics (PBL) program in support of the Minuteman III Launch Control Center (LCC) and Launch Facility (LF).  The performance based support strategy will maximize the availability for ALL components of the LCC and LF by providing timely material support through initiatives such as:  incentivizing reliability improvements; streamlining supply chain management functions and improving maintenance processes and procedures. In order to meet this holistic objective, the provider must have the ability to drive changes into the weapons system configuration and, more importantly, understand, analyze, and assess the implications-both in terms of weapons system performance and operational usage-of any potential configuration change. The contractor will be paid based upon having all required material available to allow for successful execution of the Programmed Depot Maintenance schedule without interruption resulting from parts supportability.  Performance will include a five year base period with two four year options to extend the contract for a total performance period of thirteen years. 

All requirements for this contract will be obtained and priced under a performance based construct with associated metrics applied to gauge the level of contractor performance.  The anticipated contract will eventually become the source for all materials required in support of the LCC and LF. 

Performance Based functions associated with this contract may include, but are not limited to: repair and/or replacement of the covered items, demand forecasting, inventory management, warehousing, configuration management, obsolescence management, and sustaining engineering/ maintaining reliability. The overarching scope of this requirement will be holistic material support for the LCC and LF.  The initial NSN population for the requirement consists of approximately 1521 consumables and Depot Level Repairables (DLRs), but it should be noted that the performance based contract will be expansive and material requirements will continue to propagate throughout the duration of the contract. It is anticipated that any future contract for the support described herein will be constructed to allow for the addition of consumable parts and DLRs to the NSN population post-award.  The initial parts population of approximately 1521 items is attached.  Note that not all parts have a stock number identified.   

Market Research has concluded that The Boeing Company is the original equipment manufacturer (OEM) and is the only source that possesses the totality of technical data (some of which is proprietary) for the LF and LCC.  In addition, Boeing owns the data rights required to ensure configuration control of the OEM drawings is maintained for these aging platforms. For the OEM technical data required for this effort, it has been determined that the Government does not have complete, unrestricted data packages available. However, some data is available by request.

Any entity interested in providing some of the required products but cannot provide the required Performance Based outcome will be afforded an opportunity to partner with potential prime contractors.

Any responses to this Sources Sought should include responses to the following:


 1.        If it is determined that the Government is unable to provide technical data relating to the LF and LCC due to loss of data that occurred during the transfer of drawings to JEDMICS from the previous software system(s), is your company able to provide this LF and LCC technical data to the Government?  If yes, please describe in detail how?

 2.        Describe your experience executing performance based programs. 

 3.        Are you qualified to manufacture any of the components listed in this announcement? If so, by whom are you qualified and for what components?

 4.        What is your experience manufacturing any of the components listed?

 5.        Is your interest in this effort as a prime or sub-contractor?

 6.        Describe your facilities, transportation, manufacturing, and manpower capabilities and capacity and inventory management.

 7.        How much transition time would your company require to perform on this contract?

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

 9.        Describe your experience with Government Source Inspection, Hardness Critical Items, and other OSHA standards.

 10.     How many employees are in your company?

 11.     What is the annual revenue of your company?

 12.     Are you currently registered in the Central Contractor Registry, Online Representations and Certifications Application, and the Wide Area Workflow?

 13.     What suggestions, if any, do you have for this Performance Based contract (including evaluation criteria, CLIN structure, contract structure, or other topics)?

 14.     Do you possess all necessary technical data to perform for this Performance Based contract?

 15.     Describe your experience in partnering with Government depots.

 16.     Do you possess the capability to maintain configuration control of the baseline drawings for the LF and LCC?


Disclaimer


THE GOVERNMENT DOES NOT INTEND TO AWARD A CONTRACT ON THE BASIS OF THIS SS OR TO OTHERWISE PAY FOR THE INFORMATION SOLICITED.  This SS is issued for information and planning purposes only and does not constitute a solicitation.  All information received in response to this SS that is marked Proprietary or competition sensitive will be handled accordingly.  Responses to the SS 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 SS.  Responders are solely responsible for all expenses associated with responding to this SS. 


FOR OFFICIAL USE ONLY (FOUO):  This electronic message and its attachment(s) contain restricted, sensitive, and non-public information, including acquisition/source selection information.  The information is not intended for disclosure outside official government channels and is exempt from release under the Freedom of Information Act, 5 U.S.C. 552(b)(2) and (4).  Further distribution is prohibited without the approval of the author of this message.  If you have received this message in error, please notify the sender and delete all copies of this message.  Additional guidance for contractors:  This email does NOT create or modify any contractual obligation on the part of the Government.  This e-mail is NOT authority to proceed or incur any costs.

Interested sources should provide written responses to the Contracting Officer, Matthew Streeper, DLA Aviation by February 7, 2017 at the following e-mail address:

 

Matthew Streeper

Contracting Officer

Matthew.Streeper@DLA.MIL

 

Attachment(s):

•1)    Identified Parts List


Matthew Streeper, Phone 3855198187, Email matthew.streeper@dla.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP