SPECIAL NOTICE
99 -- Industry Day Announcement: Hardware Acquisition Recompete Customer Direct (HARC)
- Notice Date
- 4/3/2025 6:38:52 AM
- Notice Type
- Special Notice
- Contracting Office
- DLA AVIATION RICHMOND VA 23237 USA
- ZIP Code
- 23237
- Response Due
- 5/5/2025 1:00:00 PM
- Archive Date
- 05/20/2025
- Point of Contact
- Christina Richardson, Lance Cangelosi
- E-Mail Address
-
christina.richardson@dla.mil, lance.cangelosi@dla.mil
(christina.richardson@dla.mil, lance.cangelosi@dla.mil)
- Description
- Scope The scope of this project is reflected in the attached list of NIINs for FSG 53. The NSNs are from the following Federal Supply Classes (FSCs): Federal Supply Class 53 - Hardware and Abrasives: FSC 5301 | Historical FSC FSC 5305 | Screws FSC 5306 | Bolts FSC 5307 | Studs FSC 5310 | Nuts and Washers FSC 5315 | Nails, Machine Keys, and Pins FSC 5320 | Rivets FSC 5325 | Fastening Devices FSC 5330 | Packing and Gasket Materials FSC 5331 | O-Ring FSC 5335 | Metal Screening FSC 5341 | Brackets FSC 5342 | Hardware, Weapon System FSC 5345 | Disks and Stones, Abrasive FSC 5346 | Historical FSC FSC 5350 | Abrasive Materials FSC 5355 | Knobs and Pointers FSC 5360 | Coil, Flat, Leaf, and Wire Springs FSC 5361 | Historical FSC FSC 5365 | Bushings, Rings, Shims, and Spacers FSC 5390 | Historical FSC FSC 5395 | Historical FSC INTRODUCTION DLA Aviation is holding an Industry Day Solicitation Feedback Session to address questions from industry regarding the Hardware Acquisition Recompete Customer Direct (HRAC) Request For Information/Sources Sought, issued on January 16, 2025. The Industry Day Solicitation Feedback Session will provide a general overview of the history of the Hardware Acquisition/FSG 53 program, the current contract, the Government�s expected requirement, the proposed acquisition strategy, the proposed performance metrics, and a forum for Industry comment and feedback. The results of this Industry Day will be used to assess tradeoffs and alternatives available for determining how to proceed in the acquisition process. The Industry Day will be held in Building 70 at DLA Aviation (Defense Supply Center Richmond) located at 6090 Strathmore Rd, Richmond, Virginia 23297 on 7 May 2025. The morning will include Government-provided briefings and an opportunity to answer questions in an open environment from 0900 to 1130. All answers provided to questions asked during the open session will be published on the System for Award Management (SAM) website at www.SAM.gov. The afternoon will be reserved for one-on-one discussions between the Government and potential Prime Contractors. The intent of these one-on-one sessions is to discuss the Government�s requirements, proposed strategy, and concerns that might be competition sensitive. Business Development Overview presentations are not desired and will not be entertained. These individual sessions will be limited to 45 minutes. Session times will be randomly assigned and companies will be notified of their time slot via email prior to the Industry Day. The government will not reimburse participants for any expenses associated with their participation in this Industry Day. The results of Industry Day will be utilized to determine the Government�s acquisition strategy. Any information provided by interested parties is strictly voluntary and will be treated as proprietary, protecting each company�s interests. BACKGROUND The scope of this contract covers supply chain management in customer direct support of hardware and abrasives to all U.S. Military, Foreign Military, and non-Military customers. The consumable spare parts are within FSCs 5301, 5305, 5306, 5307, 5310, 5315, 5320, 5325, 5330, 5331, 5335, 5341, 5342, 5345, 5346, 5350, 5355, 5360, 5361, 5365, 5390, and 5395. The level of effort and number of items supplied may vary due to increase or decrease of the customers� requirements. The scope of this effort requires the Contractor to provide uninterrupted support despite changes in customer requirements for items or supply chain interruptions. The Contractor will be required to use best commercial practices, coupled with sourcing of supplies from designated sourcing channels to furnish cost efficient, integrated supply chain management of items required by, together with related supply chain management services and Management Information Systems (MIS). The broad range of supply chain management tasks for items required by this effort include planning, sourcing, procuring, storing, and controlling material and equipment so they are requested in advance, obtained at a reasonable cost and are available when needed. The Government intends to award a follow-on contract in January 2027 with a transition period to ensure ample time for the new contractor to establish its supply chain by full contract implementation. A Request for Information (RFI) was released January 16th via the Sam.gov website to gather market research information and to solicit industry feedback. This Industry Day is being held as another avenue to gain insight on industry capability and gather industry comments on the proposed effort. OBJECTIVES DLA Aviation has not yet determined the acquisition strategy to provide logistics support for the HARC follow-on contract, including the competitive approach; solicitation, evaluation, and award methodology; contract vehicle; socio-economic considerations; scope of hardware/services; delivery schedule/period of performance; or rough order of magnitude/budget. The HARC team intends to use information provided in responses received to the earlier RFI, Industry Day feedback, and other market research to refine the requirement, develop the acquisition strategy and to evaluate alternatives that will deliver the best value solution to supporting the needs of our military customers. REQUIRED CAPABILITIES/SPECIAL REQUIREMENTS DLA Aviation is looking to identify companies with the capability to provide the following HRA support: Integrated support for all HARC National Stock Numbers through customer direct shipments to the Continental US, Outside Continental US, and the replenishment of Forward Stocking Locations through DLA Direct shipments. Meet fill rate, backorder, small business subcontracting, and TDD Standards: TDD DELIVERY STANDARDS CONUS and OCONUS Shipment to CCPs/Ports of Embarkation Issue Priority Designator (IPG) FOB Destination Priority 01-03 IPG 1 6 Business Days Priority 04-08 IPG 2 10 Business Days Priority 09-15 IPG 3 15 Business Days Supply chain management of hardware and abrasives to include, but not limited to, procurement, planning/forecasting, order processing/fulfillment, inventory management, quality control, shelf-life management, storage/packaging/transportation/distribution, obsolescence management, customer support, and returns. Ability to manage a high-volume contracting effort. I/A ORIGIN DLA Aviation is looking for potential solutions from companies to provide the same support listed above to I/A origin items in the population of FSCs above in a Customer Direct environment. DLA Aviation is asking that companies come to the Industry Day with a written solution. 6. INDUSTRY DAY REGISTRATION Pre-registration is REQUIRED. This is a no-fee event. Questions relative to this Industry Day should be addressed to Contract Officer, Ms. Christina Richardson, at christina.richardson@dla.mil or Program Manager, Mr. Lance Cangelosi, at lance.cangelosi@dla.mil Companies are required to e-mail Mr. Lance Cangelosi, at mailto:lance.cangelosi@dla.mil no later than 4:00 PM (EST) on 5 May 2025 with the following pre-registration information: (1) Company Name, (2) Name(s) of employees/representatives attending the Industry Day, (3) the QR code generated from pre-enrollment at and https://dbids-global-enroll.dmdc.mil for base access, and (4) if you are a Prime Offeror, whether your company would be interested in participating in one-on-one discussions. In the interest of keeping the meeting size manageable, Industry Day participation will be limited to no more than six (6) representatives per company. Hard copies of the presentation materials will not be provided at the Industry Day but rather will be posted to the SAM.gov website by close of business on 28 April 2025. Specific questions regarding the presentation materials must be submitted to the registration points of contact no later than 4:00 PM (EST) on 2 May 2025 via e-mail. Please indicate whether the question is either ""General"" - to be addressed during the Industry Day presentation or ""Competition Sensitive"" - to be discussed in a one-on-one session. The presentation materials, resulting ""General"" Questions and Answers, and a listing of the Companies who attended will be provided via the SAM.gov website following the event. All responses should indicate which portions of their response are proprietary and should mark them accordingly. Failure to release response information to listed Government support agents may prevent its review. All firms must be registered in the SAM.gov website to be eligible for award of Government contracts.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/2a63bdbb61344d788f0af15db6fd1070/view)
- Place of Performance
- Address: Richmond, VA, USA
- Country: USA
- Country: USA
- Record
- SN07396397-F 20250405/250403230044 (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 |