Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 27, 2020 SAM #6785
SOLICITATION NOTICE

61 -- Third Party Logistics Services

Notice Date
6/25/2020 2:08:31 PM
 
Notice Type
Solicitation
 
NAICS
336419 — Other Guided Missile and Space Vehicle Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
DLA AVIATION AT HUNTSVILLE, AL REDSTONE ARSENAL AL 35898-7340 USA
 
ZIP Code
35898-7340
 
Solicitation Number
SPRRA2-20-R-0027
 
Response Due
8/7/2020 3:00:00 PM
 
Archive Date
08/30/2020
 
Point of Contact
Jean Paul Bretz, Al Condino
 
E-Mail Address
jean.bretz@dla.mil, al.1.condino@dla.mil
(jean.bretz@dla.mil, al.1.condino@dla.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Amendment 0002 is to updated Attachment 0002 Performance Work Statement Attachment 0003 H Narrative. Amendment 0001 is�to update Attachment 0008 Packaging and to change Question due date from 13 July 2020 to 8 July 2020. Document Type: Request For Proposal (RFP) Solicitation: SPRRA2-20-R-0027 Solicitation Amendment: SPRRA2-20-R-0027-0001; Update to attachment 0008 Packaging,�within the document. See Attachments/Links of this posting. Posting Date: Tuesday June 23, 2020 Proposal Response Date: Friday August 7, 2020 at 5:00 PM CST Past Performance Response Date: Thursday July 23, 2020 at 5:00 PM CST Classification Code: 6150; Miscellaneous Electric Power And Distribution Equipment NAICS Code: 336419; Other Guided Missile and Space Vehicle Parts and Auxiliary Equipment Manufacturing Place of Performance: CONUS, United States Set Aside: Total Small Business Set Aside (100% Small Business Set Aside) GENERAL INFORMATION: The Defense Logistics Agency (DLA), Aviation Division in Huntsville, AL is soliciting proposals on a total small business set aside, competitive basis for a Multiple Award Indefinite Delivery/Indefinite Quantity (IDIQ) �contracts for firms to act as a Third Party Logistics Supplier (3PL) for low demand National Stock Numbers (NSN) supplies to support various military commands.� These components are necessary to ensure the combat readiness of US Military forces. A total of 125 NSNs are targeted for this contract effort and it is anticipated that 125 will be priced for the initial contract award, 50 of which all offerors shall be required to submit a price proposal on.� Additional NSNs may be added to the contract pool in the future and shall be competed among the IDIQ contract pool. The period of performance for the awarded contract(s) is a Two (2) year base period and Three (3) � Two (2) year optional ordering periods, for a total of Eight (8) years. The total shared capacity for these multiple awards is $700M. NSNs shall be re-competed annually to all IDIQ contract holders.� On-ramp procedures (adding additional Contractors(s)) to the IDIQ pool shall not be used on this requirement. The Technical Data Packages (TDPs) will be made available via a secure web site when the Request for Proposals is issued.� After the Government confirms the required offer certifications, access to Technical Data Packages (TDPs) will be granted through email notification via SAFE and list the weblink. Interested Offerors shall forward an email indicating their interest and request for the TDPL access.� Request for the TDPL access shall include: Contact Name Contact Phone Number Contact Email Company Name Company Cage Code Number (as stated on SAM.gov) Company Size Standard JCP Certification Interested Offerrors may be required to have an active JCP Certification prior to being granted access to the TDPLs.� JCP certification can be obtained at the following web site: https://public.logisticsinformationservice.dla.mil/jcp/search.aspx LOCATION: Work under this requirement shall be at the Contractor(s) office.� Delivery of any ordered NSNs shall be to DLA warehouses located in the Contiguous United States.� DLA does not anticipate any NSNs to be delivered outside the Contiguous United States. Offerors must be able to provide all labor, materials, facilities, and equipment for performance of the 3PL requirements identified in the forthcoming solicitation and any issued delivery orders. �Offerors shall be cognizant of all applicable laws, regulations and guidance associated with the work being accomplished, and ensuring that all work activities performed by contractor personnel, sub-contractors and suppliers is executed as required by the applicable laws and regulations. BASIS FOR AWARD: This requirement shall be competed on a restricted total small business set aside. Proposals from large businesses shall not be accepted. DLA Huntsville intends of awarding up to Five (5) Contracts from the solicitation to the highest technically qualified offerors using FAR Part 15 best value tradeoff method.� Award(s) shall be made on the basis of technically capability, past performance, and price, as denoted in sections L and M of the RFP.� The Government has provided the list �125 items for offerors to price in a separate Excel spreadsheet. Each offeror must submit a price for a minimum of 60% of the items (125 items). Of the 125 NSNs, the Government has identified 50 NSNs that all Offerors are required to submit pricing on.� These required 50 NSNs shall be included in the 60% minimum discussed above. Offerors submitting a price for less than 60% (75) of the items, or not include pricing of the mandatory 50 items, may cause their proposal to be determined to be noncompliant with the terms of the RFP and determined to be unacceptable and therefore not eligible for award. Limited or sole source NSNs have been identified. Offerors are required to use the Government identified limited or sole source vendors as identified on the NSN list. The 50 required NSNs have also been identified. SUBMISSION REQUIREMENTS: Offerors must register in the System for Award Management (SAM) at www.sam.gov prior to submission of proposals. Contract(s) shall not be awarded to offerors who do not have an active sam.gov registration. This solicitation shall be issued in electronic format only. Paper copies of this solicitation will not be available. Other methods of requesting this solicitation shall not be honored. The solicitation shall be posted to beta.SAM web site at beta.sam.gov, and is available to contractors without charge. Contractors can search for the solicitation by the solicitation number. It is the offeror�s responsibility to check the internet address provided as necessary for any posted changes to this synopsis and all amendments and for the final solicitation posting. CLOSING DATE AND TIME:� This closing date and time for this RFP is as follows: Proposal Response Date: Friday August 7, 2020 at 5:00 PM CST Past Performance Response Date: Thursday July 23, 2020 at 5:00 PM CST Proposals received after the closing date and time shall be deemed non-responsive and shall not be considered for award. SOLICITATION QUESTIONS: All questions shall be forwarded to the Points of contact denoted below in writing.� No questions shall be answered telephonically. Product line cards, statements of capability, or other promotional information packages shall not be accepted. Questions about this solicitation are due on July 8, 2020 at 5:00 PM CST.� This is to ensure the project team has adequate time to respond to the submitted questions and to allow offerors to incorporate the answers into their proposal.� Answers to submitted questions shall be made available to all offerors via a formal amendment to the solicitation.� NOTE:� It is the responsibility of the offeror to periodically check the sonication announcement for changes, amendments, etc. to the solicitation.� � POINTS OF CONTACT: Mr. Jean Paul Bretz (Contract Specialist) Jean.Bretz@dla.mil Mr. Al Condino (Contract Specialist) Al.1.Condino@dla.mil THIS ACQUISITION CONTAINS TECHNICAL DATA WHOSE EXPORT IS RESTRICTED BY THE ARMS EXPORT CONTROL ACT (TITLE 22, USC., SEC 2751 ET SEQ) OR THE EXPORT ADMINISTRATION ACT (TITLE 50, USC., APP 2401-2402) EXECUTIVE ORDER 12470.��THIS INFORMATION CANNOT BE RELEASED OUTSIDE THE UNTIED STATES WITHOUT PRIOR APPROVAL OF THE GOVERNMENT. � THIS ACQUISITION CONTAINS DATA WHICH IS CONSIDERED CRITICAL TECHNOLOGY AND HAS BEEN RESTRICTED FOR RELEASE OUTSIDE OF THE UNITED STATES. THIS INFORMATION CAN NOT BE RELEASED OUTSIDE THE UNITED STATES WITHOUT APPROVAL OF THE GOVERNMENT.�
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/637341a859cd4679b9037efb5eef8838/view)
 
Place of Performance
Address: Huntsville, AL, USA
Country: USA
 
Record
SN05703499-F 20200627/200625230154 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.