Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 17, 2013 FBO #4345
SOLICITATION NOTICE

99 -- MRO Southwest Region

Notice Date
10/15/2013
 
Notice Type
Presolicitation
 
NAICS
339999 — All Other Miscellaneous Manufacturing
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, DLA Troop Support - Construction & Equipment, 700 Robbins Avenue, Philadelphia, Pennsylvania, 19111-5096, United States
 
ZIP Code
19111-5096
 
Solicitation Number
SPM8E3-14-R-0004
 
Point of Contact
Vincent Catanzaro, Phone: 2157375228, Robert Hutkowski, Phone: 215-737-7447
 
E-Mail Address
vincent.catanzaro@dla.mil, Robert.Hutkowski@dla.mil
(vincent.catanzaro@dla.mil, Robert.Hutkowski@dla.mil)
 
Small Business Set-Aside
N/A
 
Description
This synopsis replaces previous FedBizOpps announcement for solicitation SPM8E3-13-R-0001. DLA Troop Support is issuing a solicitation for Tailored Logistics Support Prime Vendor (TLS PV) support for Maintenance, Repair, and Operation (MRO) supplies in the Southwest Region of the United States. This procurement will be solicited unrestricted. The Southwest Region includes two zones: Zone 1 includes but is not limited to the following activities in Southern California (South of but not including San Francisco): San Diego PWD & PWD shop stores, Port Hueneme NFELC / Ventura CO NB, Twentynine Palms MCA/GCC, Miramar MCAS, MALS 11 Receiving Officer, San Diego MCRD, Coronado Naval Base North Island NAS, and Vandenberg AFB; Zone 2 includes but is not limited to the following activities in Southern California (South of but not including San Francisco): Camp Pendleton MCB, Marine Corps Logistics Base Yermo, Fort Irwin National Training Center, Imperial Beach Naval Special Warfare Basic Training Command, China Lake NWC, Barstow MCLB, Explosive Ordnance Disposal Group 1, Fort Hunter Liggett, Camp Roberts, NAS Lemoore, and Naval Beach Group 1 Defense Distribution Depot; Arizona, Nevada and Utah. Offerors may submit proposals for one or both zones. A single TLS PV Indefinite Delivery/Indefinite Quantity (IDIQ) contract will be awarded for each zone. The resultant contracts will each have a five-year base/term for each zone. This procurement will entail Customer Direct Deliveries to locations throughout the Southwest Region/respective zones. There are existing regular customers in the Southwest Region at this time. For Zone 1, the acquisition is estimated at $36,000,000.00 per year with a total contract maximum value of $270,000,000.00. For Zone 2, the acquisition is estimated at $33,000,000.00 per year with a total contract maximum value of $247,500,000.00. The scope of this acquisition includes, but is not limited to: Heating, Ventilation and Air Conditioning (HVAC) supplies; Plumbing supplies (including bath and shower items, ablution units); Electrical products (including generators, wire/cable, connectors, sockets, outlets, lights, etc.); Tools of various kinds; Chemical, lubricating, and rubber products and products including same; Construction supplies (including but not limited to cement, lumber and plywood, bricks, blocks, steel, aluminum, and other metal products, conduits, prefabricated structures to include re-locatable buildings (RLBs & ablution units), etc.; Perimeter security items such as barriers, barbed wire, concertina wire, and sand bags (also used for erosion prevention); Communication devices (such as walkie-talkies, two-way radios, etc. used by the maintenance personnel), and; Various other commercial supplies required by the war-fighters to accomplish their mission AND related incidental services. All items are commercial and identified by a manufacturer's part number and/or commercial item description. For each zone, proposals will be evaluated using Best Value Tradeoff Source Selection procedures with the non-price factors being significantly more important than price. As the non-price ratings of offers become more equivalent, price will become more important. For each zone, pricing will be based on firm-fixed Acquisition Ceiling Prices for a Price Evaluation List of 500 items for three pricing periods, firm-fixed Distribution Ceiling Prices for twenty pricing tiers (Distribution Matrix) for three pricing periods, a total acquisition price for an incidental service based on a scenario, and unburdened and burdened labor rates for identified storefront personnel for three pricing periods. If discussions are conducted, the Government may utilize Reverse Auction procedures. The Government intends to make a single award for each zone. To ensure continuous availability of reliable sources of supply, the offeror who is selected for Zone 1 will be eliminated from competition in Zone 2. In the event the Government does not receive more than one acceptable offer, the same vendor may be awarded both Zone 1 and Zone 2. Offerors are advised that the Trade Agreements Act, Preference for Certain Domestic Commodities/Berry, Restriction on Acquisition of Hand or Measuring Tools, and Restriction on Acquisition of Carbon, Alloy, and Armor Steel Plate apply to this solicitation. Additionally, there are other procurement restrictions set forth in the solicitation that may apply to certain specific products. Copies of this solicitation are available is posted on DIBBS, https://www.dibbs.bsm.dla.mil/. All responsible sources may submit a proposal(s) which shall be considered by DLA Troop Support. Closing date is November 12, 2013.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCP-I/SPM8E3-14-R-0004/listing.html)
 
Place of Performance
Address: Southwest Region of the United States as defined by the solicitation., United States
 
Record
SN03216312-W 20131017/131015234034-a4fdd38213f27cc0cb824ab60d92a125 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.