Search Contract Opportunities

Request for Information for COPARS Opportunity

ID: N68335-08-RFI-0255 • Type: Sources Sought

Description

Posted: Sept. 5, 2008, 1:54 p.m. EDT
THIS AMENDMENT CONVEYS THE FOLLOWING: 1. Revised Response Date. The response date for this RFI is now extended to Friday 12 September 2008, 4:00pm EST. 2. Attached is a written Question and Answer developed from the Industry Day exhange for consideration in the development of any RFI response.
Posted: Sept. 3, 2008, 3:54 p.m. EDT
Posted: Aug. 19, 2008, 2:23 p.m. EDT
Posted: Aug. 5, 2008, 3:59 p.m. EDT
The Naval Air Warfare Center Aircraft Division (NAWCAD), Special Communication Requirements (SCR) Division is surveying the commercial vendor community for all interested parties in a proposed requirement for a Contractor Operated Parts Store (COPARS) solution in support of NAWCAD, SCR Integration Facility (SCRIF), at St. Inigoes, MD, with the possibility of eventually expanding the COPARS solution across the entire SCR Division. The SCRIF is best characterized as an engineer-to-order manufacturing facility. Each project is custom built to the engineering specification provided by the SCR Division technical project lead. The typical functions being performed by the SCRIF are: 1. Inventory and material management functions for the current integration project 2. Sourcing decisions regarding method of procurement 3. Generation of technical requirement requests when material substitution is required 4. Overall management of the integration project 5. Final test and evaluation prior to project delivery The NAICS code is 335999. The Contractor shall provide all equipment, material, supplies, supervision, administration, labor, transportation, and qualified personnel to accomplish the total work effort to execute a fully functional COPARS operation. The Government is contemplating a multi-year supply contract for a base period of two years with three one-year options. Labor Contract Line Item Numbers (CLINs), for one full-time equivalent (FTE), would be firm-fixed price for the base years only. Material CLINs would be fixed-price and an economic adjustment clause will be included for price adjustment in the outyears, as needed. It is the Government's intent to eliminate the Labor CLIN after the initial base year; it is the Government's belief that the cost of the one FTE, separately covered under the base year, can be absorbed or built into the unit cost of each item based on the outyears anticipated volume. NAVAIR's Information Assurance (IA) Program is a unified approach to protect unclassified, sensitive or classified information, and is established to consolidate and focus efforts in securing that information, including its associated systems and resources. All IA shall be in compliance with the following listed instructions to include those referenced within the below listing: 1. SECNAV M-5239.1 DoN Information Assurance Program; Information Assurance Manual 2. National Industrial Security Operating Manual (NISPOM) 3. CJCSI 6211.02 (series) --Defense Information System Network (DISN): Policy Responsibilities and Processes of 31 July 2003 4. CJCSI 6212.01 (series) --Interoperability and Supportability of Information Technology and National Security Systems 5. DoDD 8100.1--Global Information Grid (GIG) Overarching Policy 6. DoDD 8500.1--Information Assurance 7. DoDI 8500.2--Information Assurance Implementation 8. DoDI M-8510.1--DoD Information Technology Security Certification and Accreditation Process (DITSCAP) Application Manual 9. DoDI 5200.40, DoD IT Security Certification and Accreditation (C&A) Process (DITSCAP), 30 Dec 1997 10. CNO N614/HQMC C4--Navy-Marine Corps Unclassified Trusted Network Protection (UTN-Protect) Policy, Version 1.0, 31 October 2002 Informational Meeting (Industry Day) A. On August 26th, 2008 the SCRIF will be conducting an informational meeting (RFI Conference/ Industry Day) at its facility in St. Inigoes, MD. The meeting is open to any interested supplier that is currently supporting the type of requirements identified or has the capabilities to support the requirements identified. Pre-registration is required. Suppliers are allowed no more than two (2) representatives total for an entire company. All wishing to participate in Industry Day must pre-register by providing the names of attendees and indication of interest via email to Contract Specialists Alan McCarty at alan.mccarty@navy.mil and Karin Weinert at karin.weinert@navy.mil (subject heading COPARS Industry Day Pre-registration ) no later than COB August 19th, 2008. A confirmation email will be sent prior to the event, and the event will be open to only those vendors who have pre-registered. Questions regarding this event must be submitted in writing to Alan McCarty and Karin Weinert. Questions must be submitted by August 19th, 2008. B. During the Industry Day a tour will be provided of the SCR Integration Facility. This is the only opportunity for vendors to participate in a tour of the facility. C. Upon receipt of all registrations, a package will be sent to the attendees with the tentative agenda and information for obtaining access to the facility at St. Inigoes, MD. Contractors will be allowed one-on-one time limited to no more than 15 minutes with the program office and contracts team. Post RFI Conference/Industry Day Requested Information - Interested parties are requested to submit their comments to the above proposed contract type/structure and provide a capabilities statement of no more than 10 pages in length that demonstrates the respondent's: 1. Operational processes 2. Industry best practices 3. Ability to optimize sub-tier supplier management 4. Ability to effectively manage IT requirements 5. Ability to integrate with engineering changes 6. Ability to manage supply chain processes The Government is also interested in understanding the Contractor's business model/process for managing: 1. Location distance 2. Transportation 3. Staffing 4. Communication/Collaboration (internal & external) 5. Material/Inventory 6. Lead times (identification to deliver) 7. Stock levels 8. Cross-reference manufacturer part number information 9. Fast-moving items 10. Slow-moving items 11. Specialty items 12. Urgency items In addition, please illustrate the techniques to be used to effectively mitigate the identified risks below: 1. How will the Contractor overcome funding variation? 2. How will the Contractor develop customer and vendor mutual performance based contracts? 3. How will the Contractor address the supply chain and engineering learning curve? 4. How will the Contractor address supply chain responsiveness due to facility distance? 5. How will the Contractor manage the relationship and reporting requirements due to the off-base facility? All data received in response to this RFI, marked or designated as corporate or proprietary, will be fully protected from release outside the Government. Failure to respond to this RFI does not preclude participation in any future associated RFP that may be issued. Information provided herein is subject to change and in no way binds the Government to solicit or award a contract. If a solicitation is released, it will be synopsized on the Federal Business Opportunities (FedBizOpps) website: www.fbo.gov. It is the potential offeror's responsibility to monitor this site for the release of any follow-on information. All responses, including capability statement, shall be submitted no later than COB September 5th, 2008. Responses shall be submitted electronically to the designated Contract Specialist, Alan McCarty, in Microsoft Word format or Portable Document Format (PDF) at the following email address: alan.mccarty@navy.mil Please submit any questions regarding this synopsis to Alan McCarty and Karin Weinert. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to this RFI. Original Point of Contact Alan McCarty NAWCAD Contracts Dept. AIR 2.5.2.3.2 HWY 547, Bldg 562-3 Lakehurst, NJ 08733 Alan.mccarty@navy.mil P: (732) 323-2869 F: (732) 323-2359 Alternate Point of Contact Karin Weinert NAWCAD Contracts Dept. AIR 2.5.2.3.2 HWY 547, Bldg 562-3 Lakehurst, NJ 08733 karin.weinert@navy.mil P: (732) 323-1177 F: (732) 323-2359

Overview

Response Deadline
Sept. 12, 2008, 5:00 p.m. EDT (original: Sept. 5, 2008, 5:00 p.m. EDT) Past Due
Posted
Aug. 5, 2008, 3:59 p.m. EDT (updated: Sept. 5, 2008, 1:54 p.m. EDT)
Set Aside
None
Place of Performance
SAINT INIGOES, MD 20684 USA
Source
SAM

Current SBA Size Standard
600 Employees
Pricing
Fixed Price
Est. Level of Competition
Low
Odds of Award
42%
On 8/5/08 NAWC Aircraft Division issued Sources Sought N68335-08-RFI-0255 for Request for Information for COPARS Opportunity due 9/12/08. The opportunity was issued full & open with NAICS 335999 and PSC 59.
Primary Contact
Title
Contract Specialist
Name
Alan McCarty   Profile
Phone
(732) 323-2869

Secondary Contact

Title
Contract Specialist
Name
Karin Weinert   Profile
Phone
(732) 323-1177

Documents

Posted documents for Sources Sought N68335-08-RFI-0255

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Sources Sought N68335-08-RFI-0255

Similar Active Opportunities

Open contract opportunities similar to Sources Sought N68335-08-RFI-0255

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE NAVY > NAVAIR > NAVAIR NAWC AD > NAVAIR WARFARE CTR AIRCRAFT DIV
FPDS Organization Code
1700-N68335
Source Organization Code
100255266
Last Updated
June 28, 2019
Last Updated By
PI33_DR_IAE_51681
Archive Date
June 28, 2019