Sources Sought for possible Supply Chain Management, Contract for F108 Engine Consumables and Depot Level Repairables (DLRs)
Looking for contract opportunity help?
APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.
APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.
The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).
General Information
- Contract Opportunity Type: Sources Sought (Original)
- Original Published Date: May 31, 2023 08:28 am EDT
- Original Response Date: Jun 15, 2023 05:00 pm EDT
- Inactive Policy: 15 days after response date
- Original Inactive Date: Jun 30, 2023
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code:
- NAICS Code:
- 336412 - Aircraft Engine and Engine Parts Manufacturing
- Place of Performance: Richmond , VA 23297USA
Description
Sources Sought for possible Supply Chain Management, Contract for F108 Engine Consumables and Depot Level Repairables (DLRs)
Solicitation Number: To be advised at time of issuance
Classification Code:
28 – ENGINES AND TURBINES AND COMPONENT
NAICS Code:
336412 – Aircraft Engine and Engine Parts Manufacturing
DISCLAIMER: The Government does not intend to award a contract on the basis of this Sources Sought Notice. As stated in Federal Acquisition Regulation (FAR) 15.201(e), response to this notice are not offers, and shall not be accepted by the Government to form a binding contract.
Synopsis:
The purpose of this Sources Sought Notice is issued as a means of conducting market research to determine if other companies, besides CFM, are capable of providing performance-based logistics (PBL) support for the F108 Engine Platform.
Military designation, F108, is a family of two-spool high-bypass turbofan engines used for both commercial and military applications. This line of engines provides anywhere from 18,000 to 34,000 pounds of thrust.
F108 engines power the U.S. Navy's Boeing C-40 Clipper as well as the 737 AEW&C and P-8 Poseidon Multi-Mission Maritime (MMA) aircraft. The P-8A Poseidon will be used for anti-submarine warfare (ASW) and anti-surface warfare (ASuW) and is intended to replace the aging P-3C Orion.
The proposed contract action is for supplier-initiated support (SIO) transactional support for which the Government intends to solicit and negotiate with only one source under authority of FAR 6.302. Interested persons may identify their interest and capability to respond to the requirement. This notice of intent is not a request for competitive proposals. However, all responses received by the response date will be considered by the Government. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement.
PURPOSE: DLA-Aviation, Richmond is conducting market research to identify potential sources that may possess the expertise, capabilities, and experience to provide support for DLA managed sole source consumables and depot level repairables (DLRs) to the Defense Logistics Agency, the United States Air Force (USAF) and Foreign Military Sales (FMS) partner countries in support of F108 engines. The contract is anticipated to be Requirements-type, Firm Fixed Price Contract, with a five-year base period, and 1, five-year option period.
OBJECTIVES: The Government’s goal is to increase F108 engine availability through improving Material Availability (MA) and Order Response Time (ORT) (availability) for parts required to repair and rebuild F108 engines. The improved support will assist the USAF in meeting the F108 engine repair project directive and achieve and maintain its War Reserve Engine targets for the F108 engine program.
The contractor will be required to deliver their supplies utilizing a Supplier Initiated Ordering process that pushes material into the DLA system to satisfy demands while significantly reducing DLA’s inventory investment. The contractor shall be responsible for forecasting, acquiring, stocking, and fulfilling requirements via its commercial operation/facility utilized to meet contract requirements. In addition to filling material requirements, the contractor is required to make recommendations for Engineering Change Proposals (ECPs) along with being responsible for obsolescence management and mitigating Diminishing Manufacturing Source (DMSMS) challenges for the F108 Bill of Materials (BOM).
Performance metrics associated with this acquisition may be tied to local Defense Logistics Agency, the United States Air Force (USAF) and Foreign Military Sales (FMS) partner countries in support of F108 engines. Metrics will include Material Availability (MA), Order Response Time (ORT) and a Backorder metric.
The contract will allow for an expansion of support based on developing and evolving F108 Engine requirements from DLA and/or USA.
RESPONSES: The Government requires that only non-proprietary information be submitted in response to this Sources Sought Notice. The Government shall not be liable for or suffer any consequential damages for the use of any proprietary information submitted.
- Responses are required by no later than 6/15/2023.
- Reponses must include the following information:
- Company Name
- Address
- CAGE Code
- Point of Contact
- Phone
- Web page URL, if available
- Small business type or category you represent, if applicable.
- Identify as a U.S. or Foreign Owned Entity
- Indicate whether your interest is a prime contractor or as a subcontractor
- Respondents must address:
- Their capability to satisfy all objectives listed above, to include a description of the extent and content of prior experience on PBL efforts that are similar in nature and scope and,
- Willingness to provide upfront pricing for full term of contract (10 years)
SUBMISSION OF INFORMATION: Responses to this Sources Sought Notice must be readable by Microsoft Office or Adobe software. Response this Sources Sought Notice shall be unclassified and not exceed 20 pages in length. Please note: emails containing file types such as .zip, .xlsx, docx, or other macro-enabled extension, may not be delivered to the intended recipient. All responses and questions under this Sources Sought Notice must be transmitted electronically to Mr. Michael Gargiulo, michael.gargiulo@dla.mil and Mr. Keith Allgeier, keith.allgeier@dla.mil.
Prior to the response date, if necessary, potential respondents may request clarification by email. Significant responses to a potential respondent’s request for clarification will be posted to SAM.gov under this Sources Sought Notice.
Attachments/Links
Contact Information
Contracting Office Address
- ASC SUPPLIER OPER OEM DIVISION 6090 STRATHMORE ROAD
- RICHMOND , VA 23237
- USA
Primary Point of Contact
- Keith Allgeier
- keith.allgeier@dla.mil
- Phone Number 8042796890
Secondary Point of Contact
History
- Dec 02, 2023 11:55 pm ESTCombined Synopsis/Solicitation (Original)
- Jun 30, 2023 11:56 pm EDTSources Sought (Original)