Request for Information: Commodities Project - Lighting and Electrical

From: Federal Government(Federal)
RFI_Commodities_Project_Lighting_Electrical_9Dec2022

Basic Details

started - 10 Apr, 2024 (22 days ago)

Start Date

10 Apr, 2024 (22 days ago)
due - 10 May, 2024 (in 7 days)

Due Date

10 May, 2024 (in 7 days)
Bid Notification

Type

Bid Notification
RFI_Commodities_Project_Lighting_Electrical_9Dec2022

Identifier

RFI_Commodities_Project_Lighting_Electrical_9Dec2022
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (710798)DEFENSE LOGISTICS AGENCY (335293)DLA AVIATION (118585)

Attachments (8)

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.

*****Start of New Posting 04/10/2024 Draft SOW*****The purpose of this announcement is to post a draft Statement of Work (SOW) for the lighting and electrical commodities project. This announcement does not mean that a solicitation will be issued.We are requesting your feedback on the attached draft SOW. Please review and provide a response to the following requests/questions by close of business on Friday, May 10th. Send your responses to the POCs listed below.Please provide any recommendations to the SOW that you believe would make this acquisition more efficient and explain how the proposed changes would improve efficiency, material availability etc..Can your company support the acquisition strategy below and the SOW? If not, please explain why.Summary of the proposed acquisition strategy for FSGs 59 and 62:Contract type – Indefinite Delivery Indefinite Quantity, firm fixed priceContract length – 10 years (1 year transition period, 3 base, two 3 year option periods)Contract
arrangement – Performance Based Logistics (PBL), an outcome-based contract with incentives and disincentives based on performanceAward type – Single awardeeWe are considering this as a small business set-asidePricing – Annual Economic Price Adjustment (EPA)Proposal requirements – Percentage based on 2 categories as described below. Each category will have a minimum bid percentage. Category 1 will a higher minimum bid percentage and Category 2 will have a lower minimum bid percentage. Offerors must bid on at least the minimum percentage in each category for consideration and subsequent evaluationItems* – Items will be in the two categories defined below:Category 1: These items have an Acquisition Method Suffix Code designation of G (open, competitive) for which DLA should have a complete tech data package and Z (Commercial off-the-shelf)Category 2: This category contains all remaining items, many of which are catalogued as sole-sourceFor any questions please contact the POCs below via email:Primary POC: Gary Miller, Program Manager – Gary.L.Miller@dla.milAlternate POC: Cynthia Jackson, Contracting Officer – Cynthia.C.Jackson@dla.mil *********End of Posting 04/10/2024******____________________________________________________Same-day action to RFI UDPATE to post technical data file for Category 1 and 2 populations.**********START OF RFI UPDATE POSTED 06 OCT 2023**********Revision to Proposed Acquisition Strategy – Lighting and ElectricalDLA is considering an acquisition for items in Federal Supply Groups (FSGs) 59 - Electrical and Electronic Equipment Components and 62 - Lighting Fixtures and Lamps. DLA will EXCLUDE FSC 5995 and FSC 6150 in any resulting solicitation. While no further information is available at this time, a separate project for FSC 5995 and FSC 6150 may be considered in the future, with appropriate market research conducted with industry via SAM.gov herein.Below is a summary of the proposed acquisition strategy for FSGs 59 and 62:Contract type – Requirements, firm fixed priceContract length – 10 years (5 base, 5 option)Contract arrangement – Performance Based Logistics (PBL), an outcome-based contract with incentives and disincentives based on performanceAward type – Single awardeePricing – Annual Economic Price Adjustment (EPA)Proposal requirements – Percentage based on 2 categories as described below. Each category will have a minimum bid percentage. Category 1 will a higher minimum bid percentage and Category 2 will have a lower minimum bid percentage. Offerors must bid on at least the minimum percentage in each category for consideration and subsequent evaluationItems* – Items will be in the two categories defined below:Category 1: These items have an Acquisition Method Suffix Code designation of G (open, competitive) for which DLA should have a complete tech data package and Z (Commercial off-the-shelf)Category 2: This category contains all remaining items, many of which are catalogued as sole-source*Special Note: NSNs, regardless of assigned proposal category are designated as Customer Direct or DLA Direct as indicated in column C (Support Type) in each tabSolicitation Open/Close – It is anticipated the solicitation will be open for 120 days, an adequate response time for proposalsAn excel workbook is attached to this announcement that contains a tab for each of the two categories described above as well as cataloguing data. This list is not final and is subject to change.This proposed acquisition strategy represents a departure from the former proposed strategy communicated to industry. DLA’s goal is to ensure an actionable requirement that industry will support and successfully perform.Based on the changes to the acquisition strategy and minimal proposal requirements that remain under development, the DLA team requests prospective offerors respond to the following questions for consideration in the DLA’s finalization of the acquisition strategy:Is your firm capable of supporting the proposed acquisition strategy? If so, how likely is your firm to submit a proposal? Given the Category 1 and 2 populations as shown at the Excel workbook, what percentage of each Category population does your firm consider realistic to propose within the anticipated 120-day proposal period? Please explain.After contract award, at what frequency and volume does your firm consider realistic for pricing/adding items within the population that are not initially proposed? Please explain.Does your firm have recommendations for consideration of items within the two Categories shifting? If so, why? Please explain.Does your firm have recommendations or insight for consideration of items shifting between the DD or CD designation? If so, why? Please explain.Is there any part of the proposed acquisition strategy, or the requirement itself, that would prevent your company from being able to or interested in submitting a proposal and subsequently perform upon contract award? Please explain.Please describe/detail the structure of your company’s management charge*.Provide a description of each cost elementIs each cost element fixed or variable?*Note: No material cost data or detail is requested. The Government seeks to understand industry’s management charge, or fee structure, for support of PBL arrangements as set forth herein.Please review this announcement in its entirety and provide detailed responses or feedback, as appropriate, via email before Friday, October 27 to the following point of contact:Gary MillerProgram ManagerGary.L.Miller@dla.mil**********END OF RFI UPDATE POSTED 06 OCT 2023**********Proposed Acquisition Strategy – Lighting and ElectricalDLA is considering an acquisition for items in Federal Supply Groups (FSGs) 59 - Electrical and Electronic Equipment Components (not including FSC 5995) and 62 - Lighting Fixtures and Lamps. A separate acquisition is also being considered for FSC 5995 together with 6150.Below is a summary of our acquisition strategy for FSGs 59 and 62:Contract type – Requirements, firm fixed priceContract length – 10 years (5 base, 5 option)Contract arrangement – Performance Based Logistics, an outcome-based contract with incentives and disincentives based on performanceAward type – Single awardeePricing – Annual Economic Price Adjustment (EPA)Bid requirements – All or none, the vendor must bid on all items or none. Items – Items will be in the three categories defined below:Category 1: Customer Direct (CD) – Items shipped directly from the awardee to the customer, these are typically high demand items, with inspection/acceptance at destinationCategory 2: DLA Direct (DD) (Priced) – Items that will be shipped to DLA depots, these items have higher demand, but don’t fit the template for CD items (e.g. inspection at source)Category3: DLA Direct (DD) (Historically priced) – These items have low/extremely low demand, and we are inquiring if industry will accept historical pricing on these itemsSolicitation Open/Close – The solicitation will remain open for at least 120 days to allow enough time for pricingA preliminary item list for FSGs 59 and 62 is attached to this announcement and includes a tab in an Excel workbook for each of the three item categories above. This list is not final and will be subject to change. Each tab also contains cataloguing, part number and demand/pricing information for each item.We have also included a separate Excel workbook attachment that contains item lists for FSCs 5995 and 6150 using the same methodology detailed above. This is to provide you with additional information to answer the questions below. This list is not final and will be subject to change.In addition, we are requesting that prospective vendors answer the following questions to assist us in finalizing our acquisition strategy:Please provide feedback on the acquisition strategy outlined above for FSGs 59 and 62. Will your company be able to work with an arrangement as described above?We are not currently considering a repricing of items after the base contract period. Is this something that should be considered? If so, please provide a detailed explanation.Is your company capable of managing Critical Safety Items (CSI)? If so, what is your plan for managing items with CSI requirements?Is your company capable of managing items with First Article Test (FAT) requirements?If a contractor FAT, do you have internal capabilities or partnerships with external labs?If a source inspection item, will you be able to secure an agreement with the OEM to allow government personnel access to the plant for inspection purposes?Please detail your plan for managing FAT itemsPlease provide a listing of all OEMS that your company has licensing /distribution agreements withIs your company willing to accept historical pricing for items in the DLA Direct – Historically priced items list (Category 3) if historical pricing is available?We are also considering a means of supporting items in FSCs 5995 and 6150. Does your company think this should be part of an FSG 59 and 62 solicitation or a separate solicitation just for FSCs 5995 and 6150? Please provide a detailed response on why/why not combining FSCs 5995 and 6150 would be appropriate.Please review this announcement in its entirety and provide questions or feedback via email before Thursday, July 27 to the following point of contact:Gary MillerProgram ManagerGary.L.Miller@dla.milOriginal RFI********* Request for Information: Commodities Project - Lighting and ElectricalDescriptionPROGRAM OVERVIEW:DLA-Aviation, Richmond is conducting market research to identify potential sources that may possess the expertise, capabilities and experience to provide a strategic support solution for a listing of NSNs under various Federal Supply Classes for electrical and lighting commodities (Electrical Commodities Under FSCs 5905, 5910, 5915, 5920, 5925, 5930, 5935, 5940, 5945, 5950, 5955, 5960, 5961, 5962, 5963, 5965, 5970, 5975, 5998, 6115), (Lighting Commodities under FSCs 6210, 6220, 6230, 6240, 6250, 6260). The attached Spread Sheet Return File represents the current population of items DLA is seeking feedback on. The approximate annual demand value for these parts is $350 million. DLA is considering putting these NSNs on a long-term contract of up to 10 years in length. Within the Return File, you will notice multiple tabs and data fields associated with each NIIN. Tab 1 is a handy return file with blank fields that we respectfully request you fill in accordingly. Tab 2 and 3 are a list of National Stock Number (NSNs), including their Federal Supply Class, Part Number, and Annual Demand Quantity.NOTE: All information provided within this RFI and associated data and documentation is subject to change and adjustment based on input received from industry. Scope of project: This initiative contains approximately 30,000 National Stock Numbers (NSNs) purchased and/or managed by DLA. The NSN list and associated data is attached to this RFI as explained above.As part of this RFI, DLA would like to know if and how you would be able to support the two Courses of Actions (COA’s) stated below and the benefits and drawbacks of each approach from your perspective. Please read through the COAs and reply to the questions following each section accordingly. General Questions:Please indicate which NSNs you believe you could support. Are there common characteristics (e.g., material types, manufacturing process) among these NSNs?For the NSNs you are unable to support, what are the primary reasons?Given the list of NSNs attached, would you recommend segmenting into smaller groups, and if so, how (manufacturing process, platform, nomenclature, etc.)? Please provide specific groupings on the Excel spreadsheet provided. Please provide rationale for each grouping.Is there an upper limit to the number or percentage of NSNs/PNs you would be willing to propose?Is there additional information you can provide on the NSNs to aid in this division? (e.g. manufacturing process, materials needed)Would you consider supporting NSNs beyond those that you’ve historically supported? If so, how would you identify those NSNs?What additional data would help you provide pricing estimates? Do you anticipate using partnerships to fulfill this contract? If so, what types of companies do you anticipate partnering with?What is an adequate proposal response time for a potential solicitation?Indicate your small business size/category in your response.If applicable include a narrative describing risks this effort might present to your business or the supplier base.On the attached spreadsheet, there are two lists of NSNs (Tabs 2 & 3 as stated above). One list is for electrical commodities and the other list is for lighting commodities. Is there a commonality of support for these populations? Should these populations be combined?Please specify what contract length you would recommend for this type of population and requirementCD (Customer Direct) type contract Questions:Customer Direct (CD) utilizes Time Definite Delivery (TDD) shipment requirements where Contractor shall prepare delivery orders for shipment to DLA customers within one to three days after receipt of order (ARO) in accordance with (IAW) the Contract Delivery Date (CDD). Contractors shall use Vendor Shipment Module (VSM (Section 2.9.3) for shipment processing. CD orders will be delivered directly to DLA customers. The CD requirement for TDD standards is based on DLAD 11.402-90, Time Definite Delivery (TDD) standards. The Contractor shall perform multiple supply chain management functions necessary to ensure the items are delivered directly to the customer in accordance with the metrics identified in Section 6.0 of this SOW. Such supply chain functions include, but are not limited to, material forecasting, acquisition, storage, packaging, and readying the material for shipment through VSM, warehousing, planning, forecasting, and delivery order shipment preparation responsibilities for these NSNs. 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. Please describe what commercial infrastructure you have in place to support a CD supply arrangement.What additional infrastructure do you need (if any) to fully meet this requirement? To what degree would this increase your costs?Has your company provided items to DLA under a CD arrangement in the past? If so, please explain to what level; i.e. how many items, how often, etc?What pricing methodologies (E.g., discrete firm fixed price) would you suggest based on supporting a CD supply arrangement? Please describe the methodology and provide an example. What pricing data can you provide to substantiate increases or decreases? If multiple awards, what timeframe for re-compete of items such as every 3 years? How long can you hold pricing before adjustment is needed?What performance indicators under a CD arrangement have you been held to in the past and to what level (ex: 90% material availability, etc)?Are there any other performance indicators you would suggest for measuring contract performance (e.g., on time delivery, material availability, Customer Direct Availability, etc.)?What contract length between 5 to 10 years would you recommend? What option periods? What price adjustment periods? 1-year is standard for EPA. Any additional adjustments needed?What additional cost savings can you provide DLA through a Customer Direct model?DD (DLA Direct) type contract, single or multiple award contract(s) questions: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. The time to complete the order is based upon a negotiated production lead-time. The contractor does not forecast, stock or ship to the DLA customer.Please describe what commercial infrastructure you have in place to support a DD supply arrangement.What additional infrastructure do you need (if any) to fully meet this requirement? To what degree would this increase your costs?What pricing methodologies (E.g., discrete firm fixed price) would you suggest based on supporting a DD supply arrangement? Please describe the methodology and provide an example. What pricing data can you provide to substantiate increases or decreases? If multiple awards, what timeframe for re-compete of items such as every 3 years? How long can you hold pricing before adjustment is needed?What performance indicators under a DD arrangement have you been held to in the past and to what level (ex: 90% material availability, etc)?Are there any other performance indicators you would suggest for measuring contract performance (e.g., on time delivery, material availability, Customer Direct Availability, etc.)?What additional cost savings may be available to DLA for supporting this type of supply arrangement in lieu of a Customer Direct arrangement such as Economic Order Quantities and other savings?Summary Information:Additional materials, suggestions, and comments are encouraged. Please submit your responses and comments no later than January 16, 2023, via email to the point of contact below.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 will allow the Government to develop an intelligent acquisition/solicitation strategy. A key part of this process is determining the feasibility of requisitioning all listed NSNs under single contracts. DLA encourages any suggestions to sub-divide and/or group the NSNs if that would increase the competitiveness of the proposed contracting process.DLA POCSBrenda.Brunner@dla.milSummary of Key Supplier Response Dates:January 16, 2023: Response to RFI questions and return data fileSubmission of any questions you may have for the DLA teamA transcript of the questions and answers will be posted to Contract Opportunities under RFI_Commodities_Project_Lighting_Electrical_9Dec2022 Disclaimer:In accordance with FAR 15.201(e), responses to this RFI are not 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 the basis 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 this RFI.

United StatesLocation

Place Of Performance : United States

Country : United States

You may also like

Invitation for Bids: LED Lighting Replacement, Butte-Silver Bow Detention Center

Due: 08 May, 2024 (in 4 days)Agency: Silver Bow County

Lighting, Servicing Of Indoor & Outdoor Lighting

Due: 14 May, 2024 (in 11 days)Agency: County of Rockland

Electrical Lighting, Data Communications and Security Products and Related Products, Services, and Solutions

Due: 15 Apr, 2025 (in 11 months)Agency: Arkansas Department of Finance and Administration

Please Sign In to see more like these.

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