Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 02, 2021 SAM #7306
MODIFICATION

61 -- Third Party Logistics Support (3) PL 1st NSN Repricing Procurement

Notice Date
11/30/2021 12:21:23 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
SPRRA2-22-R-0009
 
Response Due
12/30/2021 2:00:00 PM
 
Archive Date
01/14/2022
 
Point of Contact
Jean Paul Bretz, Michael Romine
 
E-Mail Address
jean.bretz@dla.mil, michael.1.romine@dla.mil
(jean.bretz@dla.mil, michael.1.romine@dla.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Solicitation Number: SPRRA2-22-R-0009 Posting Date: November 30, 2021 Response Date: December 30, 2021 Response Time: 4:00 PM CST 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 looking to perform the first annual NSN pricing for the EXISTING Third Party Logistics (3PL) NSN Multiple Award Indefinite Delivery/Indefinite Quantity (IDIQ) contract catalogs. These NSNs are for low demand low dollar supplies to support various military commands. These components are necessary to ensure the combat readiness of US Military forces. A total of 26 NSNs are targeted to be repriced under this requirement. THIS REQUIREMENT IS OPEN TO EXISTING DLA HUNTSVILLE, AL THIRD PARTY LOGISTICS SUPPORT CONTRACTORS ONLY. PROPOSALS FROM SOURCES NOT CURRENTLY A 3PL IDIQ CONTRACTOR SHALL NOT BE ACCEPTED. The Technical Data Packages (TDPs) will be made available via a secure website when the Request for Proposals is issued. 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. The existing DLA Huntsville 3PL IDIQ Contractors must be able to provide all labor, materials, facilities, and equipment for performance of the 3PL requirements specified in the issued 3PL contracts and any issued delivery orders. The DLA Huntsville 3PL Contractors 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, subcontractors and suppliers is executed as required by the applicable laws and regulations. BASIS FOR AWARD: This requirement shall be competed on a restricted basis to existing DLA Huntsville 3PL IDIQ Contractors only. The Government has provided the 26 items for existing 3PL Contractors to price in a separate Excel spreadsheet. Each offeror must submit a price for a minimum of 60% of the items (15 items). Of the 26 NSNs, the Government has identified 5 NSNs that all Offerors are required to submit pricing on. These required 5 NSNs shall be included in the 60% minimum discussed above. Offerors submitting a price for less than 60% (15) of the items, or not include pricing of the mandatory 5 items, may cause their proposal� to be noncompliant with the terms of the RFP and determined to be unacceptable and �not eligible for award. The individual NSNs shall be awarded to the Contractor that provides the best value to the Government via trade off analysis using FAR Part 15 best value tradeoff method. Award(s) shall be made on the basis of past performance and price. The Past Performance Factor is significantly more important than the Price Factor. SUBMISSION REQUIREMENTS: The DLA Huntsville 3PL IDIQ Contractors must have a current System for Award Management (SAM) registration prior to submission of proposals. The 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 the System for Award Management (SAM) website at SAM.Gov and is available to the DLA Huntsville 3PL IDIQ Contractors without charge. Contractors can search for the solicitation by the solicitation number. It is the Contractor�s responsibility to check the internet address provided as necessary for any posted changes to this pre-solicitation notice, the solicitation posting, and any issued solicitation amendments. 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. POINTS OF CONTACT: Mr. Michael Romine (Contract Specialist) michael.1.romine@dla.mil Mr. Charles Ivy (Contract Specialist) charles.ivy@dla.mil Mr. Jean Paul Bretz (Contracting Officer) Jean.Bretz@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 CANNOT BE RELEASED OUTSIDE THE UNITED STATES WITHOUT APPROVAL OF THE GOVERNMENT.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/cdfde8ae2fa14b7c870c9aa42faead89/view)
 
Place of Performance
Address: Huntsville, AL 35824, USA
Zip Code: 35824
Country: USA
 
Record
SN06187345-F 20211202/211130230126 (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.