The RFP Database
New business relationships start here

Supply Chain Support of MH-60 consumables utilizing Supplier Initiated Ordering


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

This notice has been updated to include the anticipated population of consumables subject to this potential acquisition.  Additionally, the response date has been accelerated to 12 Nov 19. 

The purpose of this Sources Sought Notice is to conduct market research and to gauge potential interest in this anticipated support program. The Government seeks information that will be used as part of an analysis to determine if responsible sources exist to designate this effort as a competitive acquisition. The proposed North American Industry Classification Systems (NAICS) code is 336413 which has a corresponding size standard of 1,250 employees. The Government will use this information to determine the best acquisition strategy for this procurement. The Government is interested in responses from 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.


This notice is for information and planning purposes only and does not constitute an RFP or commitment by the Government. Under this potential supply chain management contract, a contractor will carry out logistics functions for the MH-60 platform via a phased or customer focused approach. DLA Aviation at Richmond anticipates possible award, on a sole-source basis, of a contract for the acquisition of supply chain management support and logistics management, which may include supply support on a DLA direct basis, demand/planning forecasting, material management, engineering support and sustainment elements, packaging, storage/warehousing, reliability improvements, and field customer service/engineering support of the MH-60 manufactured by Sikorsky Aircraft and the associated MH-60 Bill of Materials (BOM) of DLA managed consumable parts to support United States Navy (USN), Army (USA), Marine Corps (USMC) and Foreign Military Sales (FMS) customers.


The overarching objectives of this acquisition are to: (1) decrease MH-60 repair delays due to outstanding consumable requirements; and (2) accelerate the Fleet Readiness Centers (FRC) Programmed Maintenance Interval (PMI) turnaround time through enhanced material availability and cross talk between Navy Repair of Repairable (ROR) contract repair and FRC concurrent repairs. In order to meet these objectives, the contractor 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 performance and operational usage-of any potential configuration change.


A Supplier Initiated Ordering (SIO) system is projected for use in meeting the aforementioned objectives. Monthly Lot Payments or Transactional SIO are contemplated at this time. Regardless of the SIO strategy selected, the Contractor will utilize DLA demand data as well as intelligence gathered with Contractor service representatives at the FRC to forecast future demands and identify buy requirements for DLA to ensure Fill Rate and Material Availability performance increases from baseline performance, and over the life of the contract. The contractor will be required to deliver their supplies via DLA Direct terms/delivery points as directed within specified timeframes. The contractor shall be responsible for forecasting, acquiring, stocking, and fulfilling requirements via its commercial operation/facility utilized to meet contract requirements. In addition to filling material requirements, the contractor may be required to make recommendations for Engineering Change Proposals (ECPs) along with being responsible for obsolescence management and mitigating Diminishing Manufacturing Source (DMSMS) challenges for the MH-60 Bill of Materials (BOM).


A transition period will occur post award where the Contractor will ramp up its supply chain to meet performance requirements. Open DLA contracts will continue to deliver and the Contractor will have visibility of such pending assets in the Government supplied data. As this and overall supportability will vary for each item within the BOM, an integrated solution, dedicated program management team will be required to ensure fill rate and material availability performance improvements and zero degradation of support.


Performance metrics associated with this acquisition may be tied to local (FRC customers) and DLA (worldwide) material availability. Small business participation and reliability improvements are also potential metrics.


The contract will allow for an expansion of support based on developing and evolving MH-60 requirements from DLA and/or USN/USMC/USA or other customers.


Any entity interested/able to provide any of the required products but cannot provide the required supply chain management solution may be afforded an opportunity to partner with an interested prime contractor, or participate as a subcontractor. Please identify any anticipated teaming arrangements under the acquisition herein, along with a description of similar support and teaming arrangements offered to the Government and to commercial customers for the past three years. Any responses involving teaming arrangements should delineate between the work that will be accomplished by the prime and the work accomplished by the teaming partners.


Entities seeking to become an approved source of supply for possible subcontracting opportunities under this acquisition should note that the time required for approval of a new source is normally such that an award cannot be delayed pending approval of a new source. Sources that are not approved for manufacture of these items must obtain source approval from the Government.


Please provide the following business information in your response: Company Name, Address, CAGE Code, Point of Contact, Phone, Email and web page URL if available. Also please describe what small business type or category you represent, if applicable.


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


1. Describe your experience executing relevant supply chain management programs. What do you envision as the risk areas associated with this effort and how would you mitigate those risks?


2. Is your interest in this effort as a prime or subcontractor?


3. Describe your capabilities in performing the supply chain functions: demand forecasting, supplier management, inventory management, warehousing, configuration management, obsolescence management, training, and sustaining engineering/maintaining reliability.


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


5. For a FAR 15 acquisition effort as described herein for approximately 1,000 consumable items, what do you anticipate as a reasonable proposal turn-around time? This assumes a portion of items will exceed TINA thresholds and be subject to Cost or Pricing Data requirements.

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


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


8. How many employees are in your company?


9. Are you currently registered in the System for Award Management (SAM) and Wide Area Workflow (WAWF)? Do you currently utilize Electronic Data Interchange (EDI) functionality? If so, what transaction sets? Do you currently have access to any Government systems, authorized for use in performance of another Government contract? If so, please explain.


10. What suggestions, if any, do you have for this potential supply chain management SIO effort (including evaluation criteria, CLIN structure, contract structure, incentive/disincentive structure and application, data requirements, or other elements)?


11. Do you possess all the necessary technical data to perform this potential contract?


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


13. Describe your experience with ECPs and obsolescence and modeling/simulation capabilities for the MH-60 platform?

Disclaimer


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


 


Ingrid V Smith, Contracting Officer, Phone 8042793148, Email Ingrid.Smith@dla.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP