The RFP Database
New business relationships start here

Request for Information - Diminishing Manufacturing Sources and Material Shortages (DMSMS)


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

Request for Information (RFI)
Diminishing Manufacturing Sources and Material Shortages (DMSMS)
Naval Air Systems Command (NAVAIR)
Naval Air Warfare Center - Aircraft Division (NAWCAD)
______________________________________________________________________________

RFI Number: N68335-20-RFI-0001


Classification Code: R425: Support - Professional: Engineering/Technical
NAICS Code(s): 541330 - Engineering Services


REQUEST FOR INFORMATION


PURSUANT TO FAR 15.201(e) - THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. This RFI is issued solely for information and planning purposes - it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. This request for information does not commit the Government to contract for any supply or service whatsoever. Further, the Government is not at this time seeking proposals and will not accept unsolicited proposals. Responders are advised the U.S. Government will not pay any information or administrative costs incurred in response to this RFI; all costs associated with responding to this RFI will be solely at the interested party's expense.


Interested parties are responsible for adequately marking proprietary or competition sensitive information contained in their response. The Government will not be liable for or suffer any consequential damages for any proprietary information not properly identified. Proprietary information will be safeguarded in accordance with the applicable Government regulations.


Failure to respond to this RFI does not preclude participation in any future associated RFP that may be issued. If a solicitation is released, it will be synopsized on the Federal Business Opportunities website: www.fbo.gov. It is the potential vendor's responsibility to monitor this site fort the release of any follow-on information.


BACKGROUND/PURPOSE/TECHNICAL REQUIREMENTS


With the recent AIR 00 update and release of NAVAIR Instruction 4790.36 (JUL 2018), an emphasis on equipment readiness improvement through institution of a proactive Diminishing Manufacturing Sources and Material Shortages (DMSMS) program was established. Lessons Learned has proven that in the majority of obsolete part cases, the benefit of a having a proactive process results in more timely responses to emergent part shortage or part discontinuance announcements. Also in the majority of DMSMS cases, identifying the issues proactively up-front and having additional schedule provides more time for procurement of limited end-of-life parts and developing contract requirements for longer-term DMSMS solutions. In addition the proactive DMSMS process also provides required data and insight into other processes such as roadmap planning/alignment, resource planning/requests, priority assignment, risk assignment, schedule considerations and alignment to other common contract efforts.


Note: DMSMS and obsolescence are terms that are often used interchangeably but are sometimes interpreted differently. The term DMSMS is always associated with part shortages whereas the term obsolescence can describe or reference part shortages or used to describe technology obsolescence from an operational perspective.



REFERENCES


No.    References (DMSMS Only)    Date    Requirement or Guidance    Comments (see Note)
1    SD-22 DoD DMSMS Guide    JAN 2016    Guidance    DoD Process document
2    NAVAIR Instruction 4790.36    JUL 2018    Requirement    NAVAIR GOV requirements
3    PMA-260 DMSMS Management Plan    TBD    Requirement    PMA-260 Requirements
4    Detailed Item Description (DIDs) for DMSMS and Obsolescence    Latest versions    Guidance    For contract delivery content and format of DMSMS only products
Note: Use references to define and provide a description of the experience and understanding of the DMSMS process.


SCOPE - CONTRACTOR RESPONSE TO RFI


The Contractor response to this RFI is expected to consist of a description of the Contractors DMSMS process and typical approach to a proactive DMSMS Program for NAVAIR. For various contract and legal reasons, it is understood that only reactive monitoring can be accomplished for some areas of DMSMS coverage, but the Government maintains the majority of NAVAIR equipment which requires proactive monitoring based on many factors that should be explained by the Contractor as part of the response to the RFI.


o    Should the Government award a future contract for a complete DMSMS process, please address how the potential Contract Deliverable Requirement Lists (CDRLs) below would be addressed:
1.    DMSMS Management Plan, Bills of Material (BOMs), Status Reports and Case Sheets.
2.    DMSMS forecasting and roadmap development.
3.    Logistical products required for DMSMS solutions.
4.    Engineering and technical test plans, reports, Engineering Change Proposals (ECPs).
5.    Obsolete part Last-Time-Buy (LTB) process.
6.    Reverse engineering equipment to determine operational characteristics and specifications.
7.    Data Rights, Intellectual Property (IP) and/or proprietary information.


REQUESTED INFORMATION


Section 1 of the response shall provide administrative information, and shall include the following as a minimum:


•    Organization name, mailing address, overnight delivery address (if different from mailing address), phone number, fax number, and name and e-mail of designated contractual point of contact.


•    Business type (large business, small business, small disadvantaged business, 8(a)-certified small disadvantaged business, HUB Zone small business, woman-owned small business, very small business, veteran-owned small business, service-disabled veteran-owned small business).


Section 2 of the response shall provide technical information, and shall include the following as a minimum:


•    Interested parties shall respond with existing capabilities or products that meet all or a subset of the aforementioned attributes. Reponses that include information detailing potential tradeoffs or alternative solutions is encouraged.


•    If applicable and able, respondents shall include a list of Department of Defense (DoD), Department of Justice (DoJ) or Department of Homeland Security (DHS) programs of record that currently employ their solution. It would be helpful if a sponsor POC for each program, with email address and phone number could be identified.


•    Respondents are requested to provide their estimated time it would take to submit a proposal After Request for Proposal release.



HOW TO RESPOND


Interested parties are requested to respond to this RFI with a PDF Document Format. Responses shall be limited to 10 pages and submitted via e-mail to the Contract Specialist, Kyle Welge at kyle.welge@navy.mil. The Contracting Officer, Eric Waterman, shall also be copied on email submissions at eric.waterman@navy.mil. Proprietary information, if any, should be minimized and must be clearly marked. Product specifications, sketches, or listings of authorized distributors will not count toward the page limitation. Responses are due no later than 30 Days after posting.

Responses to this RFI will not be returned. Respondents will not be notified of the result of the review. If a solicitation is released, it will be synopsized on the Federal Business Opportunities (FedBizOps) website: www.fbo.gov. It is the potential vendor's responsibility to monitor this site for the release of any follow-on information.


 


Kyle Welge, Contract Specialist, Phone 7323232547, Email kyle.welge@navy.mil - Eric L. Waterman, Contracting Officer, Phone (732) 323-2559, Email eric.waterman@navy.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP