The RFP Database
New business relationships start here

Large Procurement Sources Sought Notice / RFI for Multiple End Items


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

This Request for Information (RFI) / Sources Sought Notice is issued as a means of conducting market research, to determine if other companies, besides Parker-Hannifin Corp. (PHC), are capable of manufacturing (or legitimately obtain) and provide strategic long-term contract support for the items listed in the attached workbook.


THIS SOURCES SOUGHT IS FOR INFOMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLTY VOLUNTARY.


Current PHC Contracts with the Defense Logistics Agency (DLA) Aviation acquire sole source consumable parts and depot-level reparables (DLR) for aircraft and systems supporting worldwide DLA direct (DD) & Customer Direct (DVD) shipments under Federal Acquisition Regulations (FAR) Part 12 and Part 15. PHC's Commercial Contract: SPE4AX17D9412 was issued January 01, 2016 as a 5-year, fixed-price, requirements type contract (RTC) with no option periods. The contract is currently within the third year of the base period. The Next-Generation Contract: SPE4AX14D9413 was issued August 05, 2014 as a 10-year, fixed-price, RTC with prospective price redetermination. The 10-year term consists of a 5-year base period and 5-year option period. The 5-year option period was exercised June 26, 2019. The contract is currently within the first year of the option period.  


DLA aims to expand the scope of the contracts, which will include but will not be limited to Captains of Industry (COI) Supplier Capabilities Contract (SCC) and PBL support for which the Government intends to solicit and negotiate with only one source as authorized by 10 U.S.C. 2304(c)(1) and FAR 6.302-1. The COI-SCC concepts incorporate performance based supply chain management and logistics support in order to maximize the effectiveness of the contract and further expand the breadth of support provided by PHC in aid of DLA's objective to seek holistic logistics solutions. PBL support will enable the DoD to buy a level of support from PHC to support any one of its sole source end-items. A level of support is being used as a general term because it can vary depending on each requirement.


Initiatives will involve identifying demand patterns and emergent needs for parts in various federal supply classes (FSC) which are only manufactured by PHC, and to place those items on contract through one of the three identified methods (Standard Consumable and DLR Spare Parts Support, COI-SCC or PBL Support) as demand warrants. As the program matures, and projects relating to the COI-SCC and PBL increments are more clearly identified, market research will be performed to ensure these subsequent phases are sole source to PHC. Market research techniques will include, but are not limited to, industry feedback, synopses, Requests for information (RFI), technical reviews and information obtained from the applicable Services regarding drawings and technical data rights.


Interested persons may identify their interest and capability to respond to the requirements or submit proposals. This notice of intent is not a request for competitive proposals. However, all proposals received by the synopsis response date will be considered by the Government. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement.


PURPOSE: DLA desires to issue multiple contracts to Parker-Hannifin Corporation Aerospace and Industrial business entities to transform the existing / legacy contracts to COI-SCC and PBL projects to expand follow-on support. Any COI-SCC and PBL support projects identified will have their own unique contract number reflecting negotiated pricing and any unique requirements.  


This Sources Sought Notice is intended to determine if any other entities are capable of supporting the proposed requirements.


OBJECTIVES: The overall objective of this effort is to achieve a predetermined level of support to include COI-SCC and PBL activities as identified. The potential provider's approach must seek to deliver an integrated performance package designed to optimize system readiness and reduce the total cost of ownership. Additional objectives of this initiative are as follows.

1. Responsibility to reach and maintain a predetermined level of serviceable asset availability of identified parts and related components outlined by DLA through a collaborative partnership arrangement.

2. Reduce the total cost of ownership versus DLA's current supply support model through innovation such as process improvement initiatives, reliability improvement initiatives, lean supply chain initiatives and other techniques.

3. Supply engineering and technical support to complement DLA and Military Service cognizant engineering.

4. Supplement organic depot maintenance manpower with contractor facilities and personnel, and perform overhaul of the assets to a degree that meets the requirement for end item supply availability, including: 

-Work of a highly specialized and technical nature requiring tacit knowledge of a unique end-item with no known commercial variant or like item.

-Utilize depot organic maintenance facilities as needed.

-Meet all source approval requirements. 
 
5. Reduce unserviceable supply chain asset generations through holistic approaches that incorporate innovative processes and product improvements. Requires implicit knowledge of field level supply chain processes and procedures, and its correlation and interaction with depot level supply chain.

6. Supply piece part product support integration of unique items (determine quantities needed, purchase needed parts, warehouse, issue parts to maintenance and maintain documentation for historical usage purposes).

7. Be DLA's global source of supply for all sole source and unique material required.

8. Provide overall planning and support (Program Management), in collaboration with DLA, to determine the quantity of items required to meet designated targets.

RESPONSES: DLA requires that only non-proprietary information be submitted in response to this Sources Sought Notice. DLA shall not be liable for or suffer any consequential damages for the use of any proprietary information submitted.

1. Responses are required no later than October 23, 2019.


2. Respondents shall provide the following company information:

-Company Name / Address

-Contractor and Government Entity (CAGE) Code

-Data Universal Numbering System (DUNS) Number

-Point of Contact

-Phone / Fax Number

-Email Address

-Web Page URL

-Size of Business relative to North American Industry Classification System (NAICS) Code (Small Business Size Standard employees or less), and the socio­economic category of your company, if applicable

-United States (U.S.) or Foreign Owned Entity

-Please indicate whether your interest is as a prime contractor or as a subcontractor

3. Respondents must address

 -Their capability to satisfy the objectives listed above and indicate what prior experience they have on PBL efforts that are similar in nature and scope.

-The date by which they will submit a Source Approval Request (SAR) for approval of an alternate source.

-Willingness to provide up front pricing for the total validity the contract(s).


SUBMISSION OF INFORMATION: Responses to this Sources Sought Notice must be readable by Microsoft Office or Adobe software. Responses to this Sources Sought Notice shall be unclassified and should not exceed 20 pages in length. Please note: Emails containing file types such as .zip, .xlsx, docx, or other macro-enabled extensions, may not be delivered to the intended recipient. All responses and questions under this Sources Sought Notice must be transmitted electronically via e-mail to Orlando Holloway at Olando.holloway@dla.mil. Prior to the response date, if necessary, potential respondents may request clarifications by email. Significant responses to a potential respondent's request for clarification will be posted to FedBizOpps under this Sources Sought Notice.


This effort has been identified as sole source to PHC. Responses to this announcement from other than the original equipment manufacturer (OEM) are required by October 23, 2019 and should identify areas of interest and include evidence of ability to perform. A copy of the letter of interest should be forwarded to the Contracting Officer identified herein and Small Business Administration (SBA) Procurement Center Representative (PCR) (Tammy.birdsong@sba.gov). Any alternate source must submit the appropriate data and receive approval by the cognizant Government engineering support activity (ESA). The Government may alter the acquisition strategy if it is in the best interest of the Government.


If your company desires to be reviewed and qualified as an "Approved Source" for the item in the Sources Sought Workbook, submit an application package through the Source Approval Request (SAR) Program as outlined in the attached SAR document.  A SAR package contains all of the technical data needed to demonstrate that the prospective contractor can competently manufacture the product to the same level of quality, or better, than the Original Equipment Manufacturer (OEM).  The onus is on the contractor to document and demonstrate their product is equal to, or better, than the currently approved item, which DLA Aviation is procuring. 


If there is an open solicitation for a NSN, to which you want to submit a SAR, please submit the SAR directly to the buyer noted on the solicitation.  


If you are submitting a SAR for a NSN with no open solicitation, please send it to the Competition Advocate SAR Program Office address below:


SAR Program
DLA Aviation
Attn:  DLA AVN-DU (SAR Program Manager)
8000 Jefferson Davis Highway
Richmond, VA 23297-5100


Contracting Office Address:
8000 Jefferson Davis Highway
Richmond, Virginia 23297-5000
United States 


Primary Point of Contact:
Orlando Holloway
Contract Specialist
orlando.holloway@dla.mil
Phone: 804-279-6740


Orlando V. Holloway, Acquisition Specialist, Phone 8042796740, Email orlando.holloway@dla.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP