FBO Notice Date 11/06/19
BIDS Reference Number 176
Document Type: Sources Sought
Aircraft & Airframe Structural Components

Defense Logistics Agency, DLA Acquisition Locations, DLA Aviation - BSM, 23297-5000

15 -- Request for Information: Aircraft Structures Project SOL SPE4A20XXXX_AircraftRFI DUE 112219 POC Michael Gargiulo, Program Manager, Email Michael.Gargiulo@dla.mil - Michael Weigartz, Program Manager, Email Michael.Weigartz@dla.milREQUEST FOR INFORMATION ANNOUNCEMENT
Defense Logistics Agency - Aviation, Richmond, VA
Airframe Structural Components
Aircraft Air Conditioning,Heating, and Pressurizing Equipment
Miscellaneous Aircraft Accessories and Components
Depot Level Repair - Spares

Classification Code:
15 - Aircraft and Airframe Structural Components
16 - Aircraft Components and Accessories

NAICS Code:
423860 - Primary
336413 - Secondary

PROGRAMOVERVIEW:
DLA-Aviation, Richmond is conducting market research to identifypotential sources that may possess the expertise, capabilities and experience to provide a strategic support solution for a subset of NSNs under Federal SupplyClasses (FSC) 1560, Airframe Structural Components; 1660, Aircraft Air Conditioning, Heating, and Pressurizing Equipment; and 1680, Miscellaneous Aircraft Accessories and Components. The attached list represents NSNs with active requisitions within the last two years. The approximate annual demand value for these parts is $469 million. DLA is considering putting these NSNs on long-term contract, and anticipates a single award proposed contract, of up to 10 years in length.

Please note: DLA is also exploring the possibility of adding support for Depot Level Repairs (DLR) spares on this contract. However, DLR NSNs are currently not present on the accompanying NSN list attachment.

Scope of project: This initiative contains 17,368 National Stock Numbers (NSNs) purchased and/or managed by DLA. Of these NSNs, 2,188 are considered priority and compromise approximately 80% of the total projected spend. The NSN list isattached to this RFI. This list possesses the following fields: National Item Identification Number (NIIN), Federal Supply Class, priority flag, Production Lead Time (PLT), OEM cage codes and part numbers, and projected demand quantity over 5 years. Additionally, the NSNs in this list are also pre-sorted by projected spend from highest to lowest.
Please provide your CAGE, Company name, address, and point of contact information.

1. Please indicate if your firm is a manufacturer, dealer/distributor, integrator, or other (explain).

2. Describe your current distribution capabilities (E.g., ability to meet customer requirements, surge capabilities, etc.)

3. In a customer direct (CD) supply arrangement, the contractor forecasts demand, manufactures the NSN or procures it from a sub-contractor, stocks, and ships directly to DLA customers (within the Time-Definite-Delivery standards of either 1 or 3 days). CD items may be shipped in commercial packaging unless otherwise stated. In a DLA-Direct (DD) supply arrangement, the contractor manufactures the NSN or procures it from a sub-contractor and ships to a DLA depot upon completion of the order; time to complete the order is based upon a negotiated production lead-time; contractor does not forecast, stock or ship to the DLA customer.
a. Please describe what commercial infrastructure you have in place to support a CD supply arrangement.
b. What additional infrastructure do you need(if any) to fully meet this requirement?

4. Provide a percentage breakdown of your current sales to commercial and government customers.

5. Would you consider partnering with another commercial company if you could not provide nationwide service? If so, would your interest be as a prime or subcontractor?

6. Can your company comply with all military product-marking requirements and packaging (E.g., RFID, commercial packaging, MIL STD packing)?

7. Please describe your experience and ability to meet quality and special testing requirements (including, but not limited to: Certificate of Quality Compliance, Product Verification Testing, Production Lot Testing, and First Article Testing).

8. Indicate your firm's business size (certified small or large).
a. If small business, under which NAICS code(s) are you considered a small business?
b. Which small business sub-category does your company qualify under (if any)? (8A, HubZone, Service Disabled Veteran Owned Small Business, Woman Owned Small Business, etc.)

9. Please answer the following questions on your ability to support for priority and non-priority NSNs:
a. What percentage of these NSNs can you support today on a CD basis?
b. What percentage of these NSNs can you support today on a DLA Direct (DD) basis? In DD, the contractor has to manufacture or procure the item and ship to DLA-depots. In addition, MIL STD packaging requirementsmay apply.
c. What percentage of NSNs can you support on both CD and DD?
d. Is there a percentage of these NSNs you can support on neither CD nor DD?Explain.
e. Did you use any information besides the NSN number itself to make these estimates? This may include company specific information (E.g., existing supplier relationships) or NSN level information (E.g., AAC code). If you did, please explain.

10. How would you propose to structure the NSN population (E.g., Would you delete any NSNs? Would you have separate contract terms for a subset of NSNs? Would you create sub-lists based on item characteristics?)
a. How would you structure differently (if at all) for First Article Test (FAT), Critical Safety (CSI), and Production Lot Testing (PLT) items?

11. DLA is considering including Depot-Level Reparable (DLR) items onto thiscontract. DLR's are generally purchased by DLA but managed by the Services. Please describe your experience (if any) supporting DLR items.
a. What additional infrastructure do you need (if any) to support DLR procurement?
b. Whatoperating model would you recommend for DLR support? CD, DD, or an alternative?

12. What pricing methodologies (E.g., discrete firm fixed price) would you suggest based on your proposed NSN structure?
a. How would this change (if at all) across CD/DD support arrangements or NSN groupings?
b. What do you envision the structure of the contract to look like (E.g., number of years, number of line items, etc.)?
c. How would you factor in price changes across contract length?

13. Is there any additional information or data that would help you price and prepare a proposal?

14. For shipping, DLA requires the use of DLA/DCMA Vendor Shipping Module (VSM).
a. What percentage of your annual government shipments are on VSM?
b. Does using VSM inhibit your ability to perform in anyway?

15. Describe your firm's ability to meet the Time Definite Delivery (TDD) standards listed below for high priority orders. Identify previous efforts where you were required to support specific timed deliveries and any risks associated with the effort. Be specific in how your organization met the delivery requirements and mitigated identified risks.
a. Priority 01-03 IPG 1-2 Days
b. Priority 04-08 IPG 2-5 Days
c. Priority 09-15 IPG 3-12 Days

16. Would you consider offering volume based rebates in the contract? If yes, please describe how you would structure it. If not, please explain why.

17. What performance indicators would you suggest for contract evaluation (E.g., on time delivery, material availability, etc.)?
a. How should this change (if at all) across CD/DD support arrangements or NSN groupings?
b. Are you amenable to penalties for unmet performance goals? Why or why not?

18. Would you want a ramp up period for this contract?
a. If yes, whatis a reasonable ramp up period for a contract of this magnitude?

19. How many NSNs would you be able to feasibly price within 90 days? Within120 days?

20. What additional services would you be able (if any) to provide for this NSN population (E.g., vendor managed inventory, inventory buybacks, other discounts, etc.)?

Summary Information:
The purpose of this RFI is to allow industry to provide input regarding not only your capabilities relative to the proposed requirement, but also to provide input of your experience and best practices that willallow the Government to develop an acquisition/solicitation strategy. A key part of this is determining feasibility of requisitioning all listed NSNs under a single contract. DLA encourages any suggestions to sub-divide and/or group the NSNs if that would increase the competitiveness of the proposed contracting process.

Please send your responses to the RFI questions to the following point of contact via e-mail:
Email to: Michael.Gargiulo@dla.mil
DLA-Aviation
Attention: Michael Gargiulo, Program Manager
8000 Jefferson Davis Highway,33H/97
Richmond, VA 23297-5100

Disclaimer:
In accordance with FAR 15.201(e), responses to this RFI arenot offers and cannot be accepted by the government to form a binding contract.This RFI is issued for information and planning purposes only and does not constitute a solicitation. The government does not intend to award a contract on thebasis of this RFI or to otherwise pay for information received in response to this RFI. All information received in response to this RFI that is marked proprietary will be handled accordingly. Responses to the RFI will not be returned.
Information provided in response to this RFI will be used to assess tradeoffs and alternatives to determine how to proceed with the acquisition process. Responders are solely responsible for all expenses associated with responding to thisRFI.

CITE: https://www.fbo.gov/spg/DLA/J3/DSCR-BSM/SPE4A20XXXX_AircraftRFI/listing.html