JSTARS Supply Chain and Logistics Management

expired opportunity(Expired)
From: Federal Government(Federal)
JSTARS_FOSS_Supply_Chain_Logistics_Mgmt

Basic Details

started - 27 Sep, 2019 (about 4 years ago)

Start Date

27 Sep, 2019 (about 4 years ago)
due - 04 Oct, 2019 (about 4 years ago)

Due Date

04 Oct, 2019 (about 4 years ago)
Bid Notification

Type

Bid Notification
JSTARS_FOSS_Supply_Chain_Logistics_Mgmt

Identifier

JSTARS_FOSS_Supply_Chain_Logistics_Mgmt
Department of the Air Force

Customer / Agency

Department of the Air Force

Attachments (1)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

Sources Sought Synopsis Supply Chain and Logistics Management for Joint Surveillance Target Attack Radar System (Joint STARS)CAUTION: The Joint STARS Program Office is seeking responsible sources for Supply Chain and Logistics Management. Specific support includes; customer supply support, repairable asset visibility, diminishing manufacturing sources and material shortages (DMSMS), logistics requirements determination process, engineering requirements review process, item unique identification, packaging, Government Industry Data Exchange Program (GIDEP), and counterfeit electronic part detection and avoidance.Contractors/Institutions responding to this request for information/market survey are notified participation in this survey may not ensure participation in future solicitations or contract awards. The government will not reimburse respondents for any expenses associated with their participation in the request for information/market survey.BACKGROUND:The E-8 is a modified Boeing
707-300 series commercial airframe extensively re-manufactured and modified with the radar, communications, operations and control sub-systems required to perform its operational mission. The most prominent external feature is the 27-foot (8 meters) long, canoe-shaped radome under the forward fuselage housing the 24-foot (7.3 meters) long, side-looking phased array antenna.The radar and computer sub-systems on the E-8C can gather and display detailed battlefield information on ground forces. The information is relayed in near real-time to the Army and Marine Corps common ground stations and to other ground command, control, communications, computers, and intelligence, or C4I, nodes.The antenna can be tilted to either side of the aircraft where it can develop a 120-degree field of view covering nearly 19,305 square miles (50,000 square kilometers) and is capable of detecting targets at more than 250 kilometers (more than 820,000 feet). The radar also has some limited capability to detect helicopters, rotating antennas and low, slow-moving fixed wing aircraft.As a battle management and command and control asset, the E-8C can support the full spectrum of roles and missions from peacekeeping operations to major theater war.Joint STARS evolved from Army and Air Force programs to develop, detect, locate, and attack enemy armor at ranges beyond the forward area of troops. The first two developmental aircraft deployed in 1991 to Operation Desert Storm and also supported Operation Joint Endeavor in December 1995.Team Joint STARS men and women have contributed tremendously to overseas contingency operations, flying more than 130,000 combat hours in support of Operations Enduring Freedom, Iraqi Freedom, Odyssey Dawn, Unified Protector, Freedom's Sentinel, and Inherent Resolve. Their operational resume includes support of six Combatant Commands including U.S. Pacific Command, U.S. Northern Command and U.S. Southern Command, U.S. Africa Command, and U.S. Europe Command.Team Joint STARS was the first organization in the USAF to activate under the Air Force's Total Force Initiative as a "blended" wing. America's first "Total Force" wing, the former 93rd Air Control Wing, an active-duty Air Combat Command unit, and the 116th Bomb Wing, a Georgia Air National Guard unit, were deactivated Oct.1, 2002. The 116th Air Control Wing was activated blending Guard and active-duty Airmen into a single unit. In October 2011, the Active Associate construct was formed by the newly activated 461st Air Control Wing as a member of Team Joint STARS.Team Joint STARS through the 116th/461st ACW, is the only unit operating the E-8C and conducting the Joint STARS mission.PURPOSE/DESCRIPTION:The Joint STARS Program Office is surveying the market to determine those sources qualified to provide supply chain and logistics management support for the E-8 weapon system. The contract is expected to include the following regarding support and sustainment of the E-8 weapon system:-    The Contractor shall be responsible for all Joint STARS peculiar material and equipment, i.e., Prime Mission Equipment (PME), aircraft spares, and Peculiar Support Equipment (PSE), otherwise known as F74. Responsibilities include reconciliation of material inventory, daily processing of assets, receiving, issuing, scheduling, tracking, reporting, storage and preservation, and verification of proper repair documentation.-    Wholesale Inventory Control (L/M). Coordinate with all Government activities pertaining to inventory control, supply, repair, replenishment, shortfalls, and excess of all Contractor Inventory Control Point (ICP) assets required to support this requirement.-    Process and fill all valid requisitions for F74 Spares and Joint STARS unique items based upon weapon system demands, readiness based level (RBL) computations, and coordinated readiness spares package (RSP) requirements. -    Provide sustainment support for RSP kits. Attend and participate in RSP reviews as required by the Government. Provide recommended stock levels and report any non-supportable items. If any F74 or Joint STARS unique RSP item is not supportable at the level required by the wing and NGB, then the Contractor will coordinate with HBGC, the wing, and NGB for a solution. Non-supportable additional requirements will be funded by the Government and specified on a separate delivery order. Maintain a standard RSP fill rate of 94% for F74 and Joint STARS unique items. -    Ensure demand data from Department of Defense Activity Address Code (DoDAAC) FB6101 is being accurately reflected in Enterprise Solution Supply (ESS). Take necessary action with AFLCMC/HBGC, the wing, and Air Force Global Logistics Support Center (AFGLSC) if demand level is not supportable.-    Identify to HBGC Supply Chain Manager any non-F74 items or common items received from any source. Follow disposition provided by HBGC or owning Item Manager. -    The Contractor will collect demand data from Contractor Inventory Control Point (ICP) data system and Enterprise Solution Supply (ESS) for F74 and Joint STARS unique items. Perform analysis and recommend levels to the wing in support of base level peacetime operating stock (POS).-    Coordinate with the wing, HBGC, and the AFGLSC and submit Adjusted Stock Levels needed at base level for F74 and Joint STARS unique items per AFMAN 23-122, Material Management Procedures, para 2.2.5 via AF Form 1996, Adjusted Stock Level.-    The Contractor shall report production and status of repairable F74 (Joint STARS unique) assets in a contractor Certified Inventory Tracking System able to interface with retail Government supply systems. -    Plan, manage, and perform depot level repairs of all F74 and Joint STARS unique assets as necessary, to assure availability of required assets to meet all Joint STARS system operational availability and Total Cost of Ownership objectives. This includes the following efforts:          o Evaluate each failed item to determine when the repair is necessary based on serviceable asset availability, usage data, organic depot maturity, and degree of expediting, if any, required to maximize repair cost effectiveness.o Manage and conduct item screening to verify and minimize repairs prior to processing to the designated Source of Repair (SOR). Allocate each failed item to the designated SOR.          o Manage repair performance inclusive of quality control by all repair suppliers to assure Contractor determined turnaround requirements are met in support of material availability objectives.          o Manage the timely replenishment of all repair parts. Ensure SOR, and monitor and report all repair and replenishment activities.-    Execute established Partnering Agreement with the 402 Maintenance Wing (MXW) Depot Maintenance Activity Group (DMAG) supporting USAF core PME repairs. Generate and maintain Implementation Agreement with the 402 MXW PME Engineering Divisions for PME repairs. Establish temporary Work Requests (TWRs) specifying the tasks and hours for DMAG performance of PME repairs.-    Coordinate with customer regarding spares computations, repairs, requirements, and replenishments for aircraft, PME, and PSE items for E-8 aircraft CONUS and OCONUS.-    Provide MICAP processing and shipments as requested by the wing or AFGLSC in support of the E-8 mission for CONUS and OCONUS.-    The Contractor shall provide MICAP supply support as required on a two shift, five day per week basis, to support the requirements for CONUS and OCONUS. The Contractor shall budget additional support as required by the Government including Unit Training Assembly (UTA) weekends.-    The Contractor shall execute a DMSMS program IAW Guidebook SD-22, Diminishing Manufacturing Sources and Materiel Shortages: A Guidebook of Best Practices for Implementing a Robust DMSMS Program and AFMCI 20-105, Diminishing Manufacturing Sources and Materiel Shortages. The Contractor will be responsible for the procurement, as directed and funded by the Government, of Life-Time/Last-Time buys of DMSMS parts including reparable or consumable aircraft and PME parts and Peculiar Support Equipment (PSE)/Test equipment and/or components. The Contractor shall execute a Reliability, Availability, and Maintainability (RAM) program as part of a robust DMSMS program utilizing the DoD Guide for Achieving Reliability, Availability, and Maintainability. Government meetings will be conducted as directed with minimum of annual meeting. -    For solutions developed under this effort, the Contractor shall accomplish a supportability assessment ensuring the appropriate documentation (cataloging, drawing revisions, etc.) is in place or identified to support the strategy. If required for the solution, the Contractor shall update or create a List of Materials (LOM) to support implementation of maintenance tasks. The Contractor shall support and facilitate the maturation of the supportability requirements through the Governments Logistics Requirements Determination Process (LRDP) to meet intent of Air Force Manual (AFMAN) 63-143, Centralized Asset Management Procedures. The Contractor shall identify, as part of the supportability assessment, any items not currently sustainable and the actions necessary to make them sustainable (update cataloging, update drawings, etc.).-    Item Unique Identification is required for all items to be delivered to the Department of Defense (DoD) meeting criteria established by the FAR. -    The Contractor shall package and mark material in accordance with the contract/order Air Force Materiel Command (AFMC) Form 158, Packaging Requirements, and applicable Government regulations. The Contractor shall ensure classified material is packaged, marked and delivered in accordance with DoD 5220.22-M, National Industrial Security Program Operating Manual (NISPOM).-    The Contractor shall establish and maintain a counterfeit electronic part detection and avoidance system to mitigate the risk of counterfeit electronic parts being installed in end items or otherwise entering the USAF/DoD inventory.Requirements are outlined within guidance provided by USAF and Department of Defense publications. It is expected the Contractor personnel shall have the necessary technical skills and certifications to meet contract requirements. Interested firms should submit a written product demonstrating how they plan on providing technically compliant solutions for the Joint STARS weapon system during the support and sustainment timeframe listed. If a firm believes it would be competitive in providing necessary support and sustainment capability, then it should submit a product not to exceed 50 pages, with text of 12-font Times New Roman, and graphics should have no smaller than 10-font text. Commercial brochures will not be accepted. Without written permission from the respondent, the Program Office will not release to any firm, agency or individual outside of the Government any information marked "Proprietary."LIMITATIONS:Original Equipment Manufacturer (OEM) and current sole source contractor, has developed a network of sub-contractor repair vendors, many, if not all, trusted sources of exclusive repair developed over 20 plus years. These repair vendors provide support and repair services for Joint STARS unique parts including; Prime Mission Equipment (PME and proprietary to the OEM), aircraft spares, and Peculiar Support Equipment (PSE), all otherwise known as F74.INSTRUCTIONS:1. Responding firms should clearly indicate the following:  a. Experience in developing, testing, and producing systems similar to the E-8C;   b. Production capabilities sufficient to provide cost effective and timely solutions;   c. Previous platform integration and systems engineering expertise and experience, as evident in program success and citations from customers (firms should elaborate how they would propose a working relationship with another firm that has Total System Performance Responsibility (TSPR) for all upgrades made to the E-8C;   d. Government Furnished Equipment and/or Information required in order to perform the work;   e. A subcontracting plan for small business concerns;   f. The approach to coordinate logistics support planning activities with Northrop Grumman Corporation in order to support their Total Systems Support Responsibility (TSSR) sustainment contract responsibilities;   g. The approach to coordinate software development/integration activities with Northrop Grumman Corporation in order to support the Total System Support Responsibility (TSSR)   h. The approach in obtaining exact design/implementation documentation from Northrop Grumman Corporation to allow the performance of work described in this synopsis.2. If, after reviewing these documents, you desire to participate in the market research, you should provide documentation that supports your company's capability in meeting these requirements. Failure to provide documentation may result in the government being unable to adequately assess your capabilities. If you lack sufficient experience in a particular area, please provide details explaining how you would overcome the lack of experience/capabilities in order to perform that portion of the requirement (i.e., teaming, subcontracting, etc.)3. Both large and small businesses are encouraged to participate in this Market Research. Joint ventures or teaming arrangements are encouraged.4. Questions relative to this market survey should be addressed to Capt Stacylee Johnson, Stacylee.Johnson@us.af.mil.5. Responses must be received no later than 12:00 p.m. EST 04 October 2019. Responses must be sent electronically via AMRDEC SAFE (https://safe.amrdec.army.mil/safe/) to: stacylee.johnson@us.af.milPART I: Business Information:1. Please provide the following business information for your company/institution and for any teaming or joint venture partners:  a. Company/Institute Name   b. Address   c. Point of Contact   d. CAGE Code   e. Phone Number   f. Email Address   g. Web Page URL   h. Size of business pursuant to North American Industry Classification System (NAICS) Code: 3345112. Based on the above NAICS Code, state whether your company is:  a. Small Business (Yes/No)   b. Woman Owned Small Business (Yes/No)   c. Small Disadvantaged Business (Yes/No)   d. 8(a) Certified (Yes/No)   e. HUBZone Certified (Yes/No)   f. Veteran Owned Small Business (Yes/No)   g. Service Disabled Veteran Small Business (Yes/No)   h. System for Award Management (SAM) (Yes/No)   i. A statement as to whether your company is domestically or foreign owned (if foreign, please indicate the country of ownership)PART II: Capability Survey Questions 1. Describe briefly the capabilities of your facility and the nature of the goods and/or services you provide. Include a description of your staff composition and management structure.2. Describe your company's past experience on previous projects similar in complexity to this requirement. Include contract numbers, a brief description of the work performed, period of performance, agency/organization supported, and individual point of contact (Contracting Officer or Program Manager).3. Describe your company's capabilities and experience in generating technical data, engineering drawings, and manuals. Identify what software programs are utilized to generate these data products and what formats are available for delivered items.

235 Byron St Suite 19A Robins AFB, Georgia 31098 United StatesLocation

Place Of Performance : 235 Byron St Suite 19A

Country : United States

You may also like

SUPPLY CHAIN MANAGEMENT PRODUCT LINE DEVSECOPS AND INTEGRATION

Due: 13 Sep, 2026 (in about 2 years)Agency: VETERANS AFFAIRS, DEPARTMENT OF

Logistics Planning and Construction Services Contract

Due: 24 Apr, 2024 (in 4 days)Agency: HOMELAND SECURITY, DEPARTMENT OF

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.

Classification

334 -- Computer and Electronic Product Manufacturing/334511 -- Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
naicsCode 334511Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
pscCode 16Aircraft Propellers and Components