SOLICITATION NOTICE
R -- Distribution and Warehousing Operations for DLA Distribution at Hill, Utah - Pre-proposal Conference Instructions - Draft RFP (Solicitation) No. SP330011R0032
- Notice Date
- 8/11/2011
- Notice Type
- Presolicitation
- NAICS
- 493110
— General Warehousing and Storage
- Contracting Office
- Defense Logistics Agency, DLA Acquisition Locations, DLA Distribution, J Avenue, DDC J7-AB, Bldg 404, New Cumberland, Pennsylvania, 17070-5001, United States
- ZIP Code
- 17070-5001
- Solicitation Number
- SP3300-11-R-0032
- Point of Contact
- David R. Gilson, Phone: 7177704496, Meg M Ross, Phone: 717 770-6611
- E-Mail Address
-
david.gilson@dla.mil, margaret.ross@dla.mil
(david.gilson@dla.mil, margaret.ross@dla.mil)
- Small Business Set-Aside
- N/A
- Description
- Draft RFP (Solicitation) No. SP330011R0032. This draft only includes sections: B, Supplies or services and prices/costs; L, Instructions, conditions, and notices to offerors or respondents; M, Evaluation factors for award; Performance Work Statement (PWS); and the supplement PWS. All other sections will be made available when the final RFP is released on a future date. The attached document provides for the instructions for the pre-proposal conference scheduled for Saturday, 17 September 2011. DLA Distribution at Hill, Utah has identified a continued need for distribution and warehousing services which will be advertised under solicitation SP3300-11-R-0032. The scope of this requirement includes all management, personnel, and supervision, in addition to materiel, tools, equipment, transportation and any other items and services not government furnished to meet the requirements of the Performance Work Statement (PWS). The primary mission of DLA Distribution at Hill, Utah is to plan, program, manage, and execute efficient and effective receiving, storage, inventory, packaging, Care of Supplies in Storage (COSIS), stock control, stock selection, issue processing, packing, shipping, and distribution of repair parts/secondary items in support of on-base and worldwide customers. The estimated period of performance for this requirement consists of a one year base period and four one year option periods. The actual Period of Performance (PoP) dates are as follows: PoP Dates Base Year* 1 August 2012 through 31 July 2013 Option Year 1 1 August 2013 through 31 July 2014 Option Year 2 1 August 2014 through 31 July 2015 Option Year 3 1 August 2015 through 31 July 2016 Option Year 4 1 August 2016 through 31 July 2017 *includes 90 day phase-in This requirement will be solicited as an unrestricted full and open competition basis under FAR Part 15, Contracting by Negotiation. It is anticipated that contract award will be made during June 2012. The NAICS code and Size Standard are 493110 and $25.5 million, respectively. All documents related to this notice will be posted to the Federal Business Opportunities website. Prospective offerors are cautioned concerning their responsibility to access the website for any amendments/modifications and/or solicitation postings related to this pre-solicitation notice. There will be no advance notification of amendment/modification/solicitation issuance. Prospective offerors are advised to consult the website frequently to check for the issuance of amendments/modifications and/or solicitations.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DDC/SP3300-11-R-0032/listing.html)
- Record
- SN02531563-W 20110813/110812000433-71a8523bc056321e687d0d801f20f1f3 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |