Search Contract Opportunities

Performance Based Support (PB Follow-On) Consumable Item Requirements   3

ID: SPRPA123R001U • Type: Sources Sought
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Draft a sources sought response template for this opportunity
Draft a response outline indicating that my company is also capable of performing this sole source work
Do the documents mention an incumbent contractor?
Does this contract have any security clearance requirements?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

POTENTIAL SOURCES SOUGHT (PSS) Performance Based Support (PB Option) Consumable Item Requirements Solicitation SPRPA1-23-R-001U

The purpose of this Sources Sought Notice (SSN) is to conduct market research and to gauge potential interest in subcontracting opportunities in support of the AV-8B, C-17, CH-47, F/A-18, F-15, KC-135, B-52, B-1, E-3, AGM-84, AGM-86, P-8, E-6, KC-46 and AH-64 aircraft parts. For this effort, the Defense Logistics Agency (DLA) intends to contract on a sole source basis with The Boeing Company, cage code 0PXV4, in Saint Louis, MO as a five (5) year option under contract SPRPA1-14-D-002U. The applicable North American Industry Classification Systems (NAICS) code is 336411 (Aircraft Manufacturing), which has a corresponding size standard of 1000 employees. The Government will use this information to determine the best acquisition strategy for this procurement.

This notice is for information and planning purposes only and does not constitute an RFP or commitment by the government.

DLA Aviation, Philadelphia anticipates possible award of a contract with Boeing to execute a comprehensive and holistic performance based supply chain management program under which the contractor will be required to provide consumables for the AV-8B, C-17, CH-47, F/A-18, F-15, KC-135, B-52, B-1, E-3, AGM-84, AGM-86, P-8, E-6, KC-46 and AH-64 platforms.

The anticipated contract is planned as a Fixed Price Incentive Fee action against the Boeing Captains of Industry (BCOI) contract, which is strategic in nature and will be the primary vehicle for this intended procurement effort. This will be a follow-on contract after the current Boeing Caption of Industry contract SPRPA1-14-D-002U expires on September 14th, 2024.

The BCOI contract has a performance period including a five (5) year base period and this requirement is the five (5) year option which would be a total performance period of ten years.

For the direct material support, the contractor will be required to meet supply chain performance based on metrics for material availability and order response time to approximately 5,541 NIINs. The performance metrics will be based on the level of demand for the individual NSN.

Due to the age of the system, drawings may no longer be up-to-date; tooling may no longer be available or un-useable; materials may be obsolete and the vendor base may have diminished since the parts were last purchased. The contractor will be required to mitigate these challenges.

Performance Based functions include demand forecasting; inventory management; warehousing; supply chain engineering support; training; material support and availability; process improvements; and field service representative. Flexibility to add more items is necessary as requirements dictate.

A full list of NIINs is attached.

Any entity interested in providing some of the required products but cannot provide the required Performance Based outcome may be afforded an opportunity to partner with the prime contractor, Boeing, or participate as a subcontractor. Please provide any anticipated teaming arrangements, along with a description of similar support 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 any of the items covered by this notice 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 form the Government. Please note that if the evaluation of source approval requirements precludes the ability to obtain subject items in time to meet Government requirements, award of the subject requirement may continue based on support needs.

Any responses to this SSN should include responses to the following:

  1. A one page company profile to include Company name, address, point of contact

(including telephone number and email address), Small Business Administration (SBA) business size classification (i.e. large, small, small disadvantaged, service disabled, veteran owned, HUB Zone, etc.), number of employees, Cage Code, DUNS number, NAICS Code, major products, primary customer base, statement on whether your interest in this sources sought is for the purpose of becoming the prime offeror or to inquire about subcontracting possibilities.

  1. A description of your company's past experience and performance of similar contracts

for aircraft depot supply support maintenance including whether any of the contracts have CPARs rating. Specify whether you are qualified to manufacture any of the components listed in this announcement or similar systems/components. Then if so, by whom are you qualified and for what system/component? This description shall address and demonstrate, through prior and/or current experience, an understanding of aircraft system/component procurement and if applicable, planned aircraft depot maintenance.

  1. What quality control measures do you currently have in place (ISO 9000, 9001, AS9100,

NADCAP (National Aerospace and Defense Contractors Accreditation Program))?

  1. Describe your experience with Government Source Inspection, Critical Safety Items, and

other OSHA standards.

  1. A summary of your company's capability and approach to meet the

system/component/supply chain performance based management requirements identified in the attachment to this announcement.

  1. Any other information your company deems necessary to aid the Government in refining

its acquisition strategy and assessing your company's capability. To be considered, please submit detailed technical data on order for the government to conduct a comprehensive evaluation of your product or capabilities to ensure compatibility with the existing systems.

In accordance with FAR 15.201(e), a response to this notice is not an offer and cannot be accepted by the Government to form a binding contract. The responder is solely responsible for the information it submits and any associated costs. The Government reserves the right to disregard any submittal that is incomplete or that is vague. Please do not submit your company brochures.

Disclaimer:

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

Interested sources should respond by April 13, 2023 at 2PM EST. Inquiries and responses should be directed to the following:

Kristin Powell

Contracting Officer

Email: Kristin.Powell@DLA.mil

Phone: (215) 737 - 4097

Background
The Defense Logistics Agency (DLA) is conducting market research to gauge interest in subcontracting opportunities for consumable items related to various aircraft including AV-8B, C-17, CH-47, F/A-18, F-15, KC-135, B-52, B-1, E-3, AGM-84, AGM-86, P-8, E-6, KC-46 and AH-64.

The DLA intends to contract on a sole source basis with The Boeing Company for a five-year option under contract SPRPA1-14-D-002U. This effort aims to establish a comprehensive performance-based supply chain management program for the aforementioned aircraft parts.

Work Details
The contractor will be responsible for providing consumables and must meet supply chain performance metrics based on material availability and order response time for approximately 5,541 National Item Identification Numbers (NIINs).

Key tasks include:
1. Demand forecasting
2. Inventory management
3. Warehousing
4. Supply chain engineering support
5. Training
6. Material support and availability
7. Process improvements
8. Field service representative support.

The contractor must also address challenges such as outdated drawings, obsolete materials, and diminished vendor bases.

Period of Performance
The anticipated contract will have a total performance period of ten years, consisting of a five-year base period followed by a five-year option.

Place of Performance
The primary place of performance will be at The Boeing Company's facility in Saint Louis, MO.

Overview

Response Deadline
April 13, 2023, 2:00 p.m. EDT Past Due
Posted
April 3, 2023, 1:44 p.m. EDT
Set Aside
None
PSC
None
Place of Performance
USA
Source
SAM

Current SBA Size Standard
1500 Employees
Pricing
Fixed Price Award Fee
Est. Level of Competition
Sole Source
Odds of Award
86%
On 4/3/23 DLA Aviation issued Sources Sought SPRPA123R001U for Performance Based Support (PB Follow-On) Consumable Item Requirements due 4/13/23. The opportunity was issued full & open with NAICS 336412.
Primary Contact
Name
Kristin Powell   Profile
Phone
(215) 737-4097

Documents

Posted documents for Sources Sought SPRPA123R001U

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

Opportunity Lifecycle

Procurement notices related to Sources Sought SPRPA123R001U

IDV Awards

Indefinite delivery vehicles awarded through Sources Sought SPRPA123R001U

Contract Awards

Prime contracts awarded through Sources Sought SPRPA123R001U

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Sources Sought SPRPA123R001U

Similar Active Opportunities

Open contract opportunities similar to Sources Sought SPRPA123R001U

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEFENSE LOGISTICS AGENCY (DLA) > DLA AVIATION > DLA AVIATION PHILADELPHIA > DLA AVIATION AT PHILADELPHIA, PA
FPDS Organization Code
97AS-SPRPA1
Source Organization Code
500044424
Last Updated
April 14, 2023
Last Updated By
kristin.powell@dla.mil
Archive Date
April 14, 2023