Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 20, 2016 FBO #5292
MODIFICATION

42 -- Fire & Emergency Services Equipment Tailored Logistics Support Program

Notice Date
5/18/2016
 
Notice Type
Modification/Amendment
 
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
SPE8EH-16-R-0001
 
Archive Date
6/28/2016
 
Point of Contact
John S. Cuorato Jr., Phone: 215-737-4873, Howard T. Page III, Phone: 215-737-5280
 
E-Mail Address
john.cuorato@dla.mil, Howard.Page@dla.mil
(john.cuorato@dla.mil, Howard.Page@dla.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
DLA Troop Support DLA Troop Support intends to enter into Tailored Logistic Support (TLS) Indefinite Delivery Indefinite Quantity (IDIQ) contracts to support the fire and emergency services equipment requirements of military installations, federal agencies, and other authorized customers worldwide. The solicitation will be issued as a 100% Total Small Business Set-Aside (SBSA) acquisition. The Government intends to award multiple Indefinite Delivery Indefinite Quantity (IDIQ) TLS contracts, a minimum of three, as a result of the anticipated solicitation. Proposals will be evaluated using best value tradeoff procedures, in accordance with FAR 15.101-1 and the DoD Source Selection Procedures, and will not be limited to cost or price alone. The Fire & Emergency Services Equipment (F&ESE) TLS Program Contracts will contain a base ordering period, which may include a "ramp-up" period of 60 days if necessary. The contracts will also include a provision for a unilateral option on the part of the contracting officer to extend the contract for one (1) year each for a potential five year total term. The estimated dollar value of this acquisition (inclusive of all contracts awarded) is $788 million over the potential five year term. The maximum dollar value of this acquisition (inclusive of all contracts awarded and options) is $985 million. The contract maximum does include potential surge and contingency requirements. In general, the scope of the acquisition includes fire and emergency equipment and related supplies and incidental services including, but are not limited to: hoses, hose fittings, nozzles, tools, fire extinguishers and other extinguishing agents, rescue equipment, respiratory protective devices, regulators, uniforms, turn out gear, first response and search and rescue supplies, decontamination equipment, detection equipment, hazardous material (HAZMAT), communication equipment, training equipment, compressors, emergency egress and protective systems, pumps, and generators. After the contracts are awarded, pursuant to the fair opportunity requirements of FAR 16.505(b), all delivery orders will be competed among all awardees, except that the Government reserves the right to direct orders to a particular source under urgent circumstances, to meet contractual minimums, or to provide economy and efficiency as a logical follow-on to an order already issued in accordance with FAR 16.505(b)(2) Exceptions to the Fair Opportunity Process. The Request for Proposal (RFP) has been issued under solicitation number SPM8EH-16-R-0001 is included as an attachment to this FedBizOpps Posting. The RFP may also be found on the DLA Internet Bid Board System at http://www.dibbs.bsm.dla.mil. The closing date of the RFP is June 27, 2016 at 3:00 p.m. (Eastern). A Pre-Proposal Information Session will be held to explain the requirements of this solicitation (SPM8EH-16-R-0001) and to respond to questions raised by prospective offerors. Prospective offerors are encouraged to attend. To arrange attendance, prospective offerors are requested to contact Howard T. Page III, John S. Cuorato Jr., and Lauren Colabelli using the information provided below: POC Names: Howard T. Page III, John S. Cuorato Jr., and Lauren Colabelli POC Telephone: 215-737-5280; 215-737-4873; 215-737-7626 POC Email Address: howard.page@dla.mil; john.s.cuorato@dla.mil; lauren.colabelli@dla.mil The date, time, and location of the Pre-Proposal Information Session are provided below: Date: June 1, 2016 Time: Registration at 8:00 AM. (Eastern), Start at 8:30 AM (Eastern) Location: Four Points by Sheraton, 9461 Roosevelt Boulevard, Philadelphia, PA 19114 *****Please specifically state whether any foreign nationals will be attending this Pre-Proposal Information Session***** The briefing will start promptly at 8:30 AM; please arrive at least 30 minutes prior to sign-in and be seated. The information session is anticipated to last until 11:30 AM. Prospective offerors are requested to submit questions regarding the solicitation in writing via electronic mail to the above e-mail addresses five (5) business days in advance of the Pre-Proposal Information Session (or no later than May 25, 2016) to allow their inclusion in the agenda. When registering, please provide the full/official name of your company, your company cage code, and the number of people from your company that will be attending, including their full names, job titles, email addresses, and office/mobile phone numbers. Questions will be considered at any time prior to or during the conference; however, offerors will be asked to confirm verbal questions in writing. Any questions regarding this announcement or the solicitation may be directed via email to howard.page@dla.mil, john.cuorato@dla.mil, and lauren.colabelli@dla.mil. All questions must be submitted by June 13, 2016. Responses to questions received will be posted on FedBizOpps as an Amendment to this notice.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCP-I/SPE8EH-16-R-0001/listing.html)
 
Place of Performance
Address: 700 Robbins Avenue, Philadelphia, Pennsylvania, 19111, United States
Zip Code: 19111
 
Record
SN04120745-W 20160520/160518234335-9ec3235ac99f27a75b8f1ab257b6143a (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.