Air Force GEN IV IPV

The Department of Defense (DoD), Defense Logistics Agency (DLA), has a requirement for total supply chain management for the Air Force in Georgia, Oklahoma, and Utah.

Solicitation Summary

The Department of Defense (DoD), Defense Logistics Agency (DLA), has a requirement for total supply chain management for the Air Force in Georgia, Oklahoma, and Utah.

Solicitation in a Nutshell

Item

Details

Agency Department of Defense (DoD), Defense Logistics Agency (DLA)
Solicitation Number  SPE4AXXXRXXXX
Status Pre-RFP
Solicitation Date 04/21/2025
Award Date 06/30/2026
Contract Ceiling Value $1,250,000,000
Competition Type Undetermined
Type of Award  IDIQ – Agency Specific
Primary Requirement  Administrative, Logistics & Management
Duration  10 year(s) base
Contract Type  Fixed Price with Economic Price Adjustment,Indefinite Delivery Indefinite Quantity
No. of Expected Awards N/A
NAICS Code(s):
336413

Other Aircraft Part and Auxiliary Equipment Manufacturing
Size Standard: 1250 Employees

Place of Performance:
  • OCONUS
  • CONUS
  • Tinker Air Force Base, Oklahoma, United States
  • Hill Air Force Base, Utah, United States
  • Warner Robins, Georgia, United States
Opportunity Website: https://sam.gov/opp/c139fb60afd74ec7ad7bb7521ffd4399/view

Air Force GEN IV IPV Background

N/A

Air Force GEN IV IPV Requirements

  • The current IPV contract covers roughly 42,000 National Item Identification Numbers (NIINs) across the three ALCs with an estimated 585 bench stock locations (BSL) in approximately 121 buildings with roughly 152,000 bins and approximately 1450 unique kits totaling approximately 28,000 kit line items. It’s anticipated that the scope of this follow-on effort will be reduced in both number of NIINs and bins. Current estimated number of NIINs is roughly 36,600 (see Attachment 1). Additions and deletions will occur before and after award. DLA will be the primary source of supply for approximately 78% of the NIINs although suppliers will be able to buy items commercially if DLA does not have stock available. Exceptions to the capability to buy around DLA are Critical Safety Items (CSIs), items that require a First Article Test (FAT), DNA Marked items, and any other item determined by the contracting officer. Items where DLA is the primary source of supply will be priced at the stock unit price as noted in the DLA system. It is anticipated that the remaining 22% of the NIINs will be commercially sourced. For commercially sourced items, the vendor will be responsible for supporting ALC demands with their supply chain separate from DLA. It is anticipated that for a subset of the commercially supported items, the supplier will provide support to all DLA customers worldwide in addition to supporting ALC demands. All material will be 100% owned by the contractor until the artisan removes the item(s) from the bin or a kit is built and placed in a central staging area. The performance expectation is for a 99.5% bin fill rate. A 9-month transition is anticipated from current Air Force owned stock to vendor owned stock through attrition of current stock levels. Current stock level at time of transition is planned to be approximately one month of usage per item. However, this may vary on an item level basis. There are some existing Air Force-owned items that the contractor will be required to attrite. Payment to the vendor will be based on a projection of customer support over the annual period divided by 12. Support projection will include a projection of monthly parts supplied to the Air Force and price associated with service CLINs. Quarterly reconciliations will be made to adjust to actual items supplied at the end of each annual period of performance. Financial adjustment will roll to the next year with the exception of the last year of the contract at which time an additional payment will be made, or credit will be collected. Currently there is a mixture of manual and automated vending/bins. It is anticipated that during the term of this contract that current manual bins will be transitioned to automated vending/bins. In that event, transition of material into the automated vending/bins and adjustment of processes will be a part of this contract. In addition, the overall management, ownership, procurement, and upkeep of automated vending bin locations will be the responsibility of the vendor. The overall goal of this acquisition is to increase automation, improve efficiencies, and enhance support to our customers. This agency anticipates a ten-year term for this contract. Anticipated item demand for this period is $1.25B with additions and deletions occurring. Via this Request for Information (RFI) DLA-Aviation’s intention is to leverage the commercial industry’s best practices and implement a solution which assures readiness, safety, and efficiency. The government expects a variety of options to consider including pros, cons, and risks.
  • The IPV Contractor will be responsible for cradle to grave bench stock support solutions using industry best practices to gather accurate mechanic demand data, provide program cost control and availability of material to the mechanic at the time of need while also controlling the growth of Air Force owned material. The IPV Contractor must plan for sufficient inventory to support demand and provide uninterrupted support. The IPV Contractor will be required to use best business practices, coupled with sourcing of supplies from designated commercial or Government sourcing channels to furnish cost efficient, integrated supply chain management of consumable spare parts required by the Air Force for maintenance, overhaul, and repair of various weapons systems and other military equipment.
  • The IPV Contractor will be responsible for cradle to grave bench stock support solutions using industry best practices to gather accurate mechanic demand data, provide program cost control and availability of material to the mechanic at the time of need while also controlling the growth of Air Force owned material. The IPV Contractor must plan for sufficient inventory to support demand and provide uninterrupted support. The IPV Contractor will be required to use best business practices, coupled with sourcing of supplies from designated commercial or Government sourcing channels to furnish cost efficient, integrated supply chain management of consumable spare parts required by the Air Force for maintenance, overhaul, and repair of various weapons systems and other military equipment.

How can GDIC Help?

As a consulting firm that specializes in helping companies prepare winning proposals for government contracts, GDIC can provide a wide range of services to help offerors prepare their C2E proposal, including capture management, proposal writing, proposal management, and proposal review. GDIC can also provide training and support to help offerors understand the technical and administrative requirements outlined in the solicitation, and can provide guidance on how to structure the proposal to maximize its chances of success.

Our business development and proposal professionals have several decades of experience and expertise in construction proposals and contracts for government. By working with GDIC, offerors can increase their chances of winning the C2E contract and can position themselves for long-term success in the federal marketplace.