Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 15, 2020 SAM #6652
SOURCES SOUGHT

R -- RFI: The Parts and Repair Ordering System (PROS) Program contractor is responsible for the purchase of supply items, maintenance services and the management of task orders.

Notice Date
2/13/2020 12:58:26 PM
 
Notice Type
Sources Sought
 
NAICS
541614 — Process, Physical Distribution, and Logistics Consulting Services
 
Contracting Office
FA8630 AFLCMC WFG WRIGHT PATTERSON AFB OH 45433-5337 USA
 
ZIP Code
45433-5337
 
Solicitation Number
FA8630-20-R-4000
 
Response Due
3/13/2020 11:00:00 AM
 
Archive Date
09/13/2020
 
Point of Contact
Michael Logue, Phone: 937-656-2684
 
E-Mail Address
Michael.Logue@us.af.mil
(Michael.Logue@us.af.mil)
 
Description
SOURCES SOUGHT Sources Sought Synopsis: THIS DOCUMENT IS FOR MARKET RESEARCH PURPOSES ONLY AND IS NOT A REQUEST FOR PROPOSAL/QUOTE.� Request�for�Information�or Solicitation�for�Planning Purposes (a)�The Government does not intend to award a contract on the basis of this solicitation or to otherwise pay�for�the�information�solicited except as an allowable cost under other contracts as provided in subsection�31.205-18, Bid and proposal costs, of the Federal Acquisition Regulation. (b)�Although �proposal� and �offeror� are used in this�Request�for�Information, your response will be treated as�information�only. It shall not be used as a proposal. (c)�This solicitation is issued�for�the purpose of: This RFI is for planning purposes only and shall not be considered as an invitation for bid, request for quotation, request for proposal, or as an obligation on the part of the Government to acquire any products or services. Your response to this RFI will be treated as information only. No entitlement for payment of direct or indirect costs or charges by the Government will arise as a result of contractor submission responses to this announcement or use of such information. This request does not constitute a solicitation for proposal or the authority to enter into negotiations to award a contract. No funds have been authorized, appropriated or received for this effort. The information provided may be used by the Air Force in developing its acquisition strategy and statement of work/statement of objectives and performance specifications. Interested parties are responsible for adequately marking proprietary or competition sensitive information contained in their response. The Government does not intend to award a contract on the basis of the RFI or to otherwise pay for the information submitted in response to this RFI. The purpose of publicizing notices for potential actions is to increase competition, to broaden industry participation in meeting Government requirements, and to assist small businesses in general in obtaining contracts and subcontracts. 1. Description: The Air Force Security Assistance and Cooperation (AFSAC) Directorate located at Wright-Patterson Air Force Base OH is conducting market research for the purpose of awarding an Indefinite Delivery/Indefinite Quantity (ID/IQ) contract with an anticipated Period of Performance consisting of a five (5) year base and up to five (5) one-year options.� This will include an undefined transition period to create and implement a procurement software system capable of interfacing with AFSAC�s Contractor Workbench and Security Assistance Management Information System (SAMIS).� The AFSAC Parts and Repair Ordering System (PROS) contract provides acquisition services for non-standard and difficult-to-support standard items, as well as serving as a contracting vehicle to award task orders for specialized technical services in support of Foreign Military Sales (FMS) customers.� The AFSAC PROS contract is a performance-based service acquisition providing supply and maintenance support services.� This tri-service contract will support Air Force, Navy and Army FMS customers by providing a vehicle to procure supply items, maintenance services, and the management of task orders.� PROS requisitions average approximately 15% for repeat procurement history.� The objectives of the PROS contract are to provide timely support, competitive pricing, quality service, and quality program management to the FMS customer. �The PROS program goal is to provide �one stop shopping� for the FMS customer. The current Single-Award ID/IQ contract PoP consists of a five (5) year base (01 Jan 2017 � 31 Dec 2021) and 5 one-year options, with a current ceiling price of $4.2B. �The contract type is a mix of firm fixed price, cost reimbursable, and incentives. 2. Background:� The PROS V contract provides parts and repair ordering capability to over 100 countries possessing nearly 11,000 aircraft and hundreds of different weapon systems.� These systems date from the 1940s through the 2010s.� Orders will range from within the simplified acquisition threshold (approximately 90% of the current workload) to over $5M for replacement of major aircraft or ship parts and support equipment.� It is impossible to predict what parts or repairs our foreign customers will need at any time to sustain their diverse weapon systems.� History demonstrates that PROS requisitions average approximately 15% repeat procurement history.� The PROS V contract structure provides a fixed fill fee for three levels of service; routine, urgent, and High Level of Service (HLS).� The PROS V contract requires the contractor to fill requisitions based on requirements generated by each country.� Filling a requisition includes verifying the requirement, locating multiple vendors, competing the procurement, documenting the procurement in a pricing memorandum, awarding orders, monitoring vendor performance and administering the requisition through delivery. Approximately 27,000 requisitions are issued per year, with around 75% of the contract actions being for supply and the remaining 25% being maintenance and task orders.� 75% of current supply procurements are not stocked, issued, or managed by the US Air Force and do not have an associated National Stock Number (NSN). �Items with an NSN, account for 25% of supply procurements and are waived by the USAF for supply action, usually due to inability to meet an established need date. �The managing US DoD sources of supply restrict acquisitions to only US DoD approved sources. � Maintenance requests can be broken down into Test Teardown Inspection (TTI) and repair.� TTI determines the scope of the effort to be accomplished, which could include: repair, overhaul, modification, upgrade, test, or calibration. 3. Capabilities Package� Responses to this announcement should indicate whether respondents are an other than small business, small business, small disadvantaged business (SDB), woman-owned small business (WOSB), economically disadvantaged women-owned small business (EDWOSB), 8(a)-certified business, service-disabled veteran-owned small business (SDVOSB), veteran-owned small business (VOSB), or Historically Underutilized Business Zone small business (HUBZone). �The North American Industry Classification System (NAICS) code for this action is 541614, �Process, Physical Distribution, and Logistics Consulting Services�, with a size standard of $16.5M.� All prospective contractors must be registered in the System for Award Management (SAM) database to be awarded a DoD contract. All respondents should submit capability packages that outline their capability to provide the required purchase of supply items, maintenance services, and the management of task orders. �The capabilities package should be brief and concise, yet clearly demonstrate an ability to meet the stated requirements, addressing the following areas: Attachment 1:� RFI Questions. Attachment 2: �PROS V Sample Performance Work Statement (PWS).� ����� 4. General Requirements The capabilities package should be brief and concise, yet clearly demonstrate an ability to meet the stated requirements. �Recent, relevant experience and/or capabilities in all areas should be provided. �Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided.� The response must not exceed 10 pages, not to include proposed changes to the PWS. Page size shall be 8.5 x 11 inches; foldouts are permitted but will be assessed towards total page count. Pages shall be single-spaced. The font shall be Times New Roman and the font size shall be no less than twelve (12) point. Use at least 1-inch margins on the top and bottom and � inch side margins. Capability statements need to address fully the RFI Questions in Attachment 1 and include proposed PWS revisions. 5. Submittal Information Submit capabilities packages to Michael Logue, PROS Contracting Officer, at the following email address:� Michael.Logue@us.af.mil.� All correspondence sent via email shall contain a subject line that reads �Parts and Repair Ordering Service-PROS.�� If this subject line is not included, the email may not get through email filters at Wright-Patterson AFB.� Filters are designed to delete emails without a subject or with a suspicious subject or attachments.� Attachments with files ending in .zip or .exe are not allowable and will be deleted.� Ensure only .pdf, .doc, or .xls documents are attached to your email.� Questions related to this sources sought synopsis must be submitted via e-mail to the person indicated above NLT COB (Friday, 28 Feb 2020.)� No further questions will be entertained after that date. RESPONSES ARE DUE NO LATER THAN COB Friday, 13 Mar 2020. The PROS Program Management Office (PMO) will be hosting an Industry Days event for all interested parties.� Information about Industry Days will be posted as a separate notice. 6. Ombudsman An AFLCMC Ombudsman has been appointed to consider and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. Before consulting the Ombudsman, concerned parties should first address their concerns, issues, disagreements, and/or recommendation to the Contracting Officer for resolution. The purpose of the Ombudsman is not to diminish the authority of the program director or contracting officer, but to communicate serious contractor concerns, issues, disagreements, and recommendations to the appropriate government personnel. When requested, the Ombudsman will maintain strict confidentiality as to the source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. The AFLCMC Ombudsman can be contacted at: Lt Col Brian Miller Deputy Director, AFLCMC/AQ-AZ 937-255-5512 (DSN: 785-2512) Wright Patterson Air Force Base 45433 MICHAEL J. LOGUE� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � Contracting Officer��������������������������� ����������������������������������� Michael.Logue@us.af.mil 937-656-2684
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/8cdf30e6e2384009af667523afda4aa5/view)
 
Record
SN05562253-F 20200215/200213230140 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.