SOLICITATION NOTICE
91 -- Synopsis: Federal Supply Classes (FSCs) 6810, 6820, 6840, 6850, 9150 (excluding Class I Ozone Depleting Substances) � ChemPOL Project
- Notice Date
- 9/6/2023 8:59:33 AM
- Notice Type
- Presolicitation
- NAICS
- 325998
— All Other Miscellaneous Chemical Product and Preparation Manufacturing
- Contracting Office
- DLA AVIATION RICHMOND VA 23237 USA
- ZIP Code
- 23237
- Solicitation Number
- SPE4A222R0014
- Response Due
- 9/21/2023 2:00:00 PM
- Archive Date
- 10/06/2023
- Point of Contact
- Trang Pham, Phone: 8042795360
- E-Mail Address
-
Trang.Pham@dla.mil
(Trang.Pham@dla.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- The Defense Logistics Agency - Aviation is seeking a recompete and third-generation award of the ChemPOL contract. The award will ensure a customer direct, total supply chain strategic solution for ChemPOL products to meet customer needs. The awardee will be responsible for supply chain management, inventorying, and shipping ChemPOL products to customers both CONUS and OCONUS. DLA will maintain some inventory at OCONUS locations. The awardee will also be responsible for ensuring the proper storage, transportation and labelling of hazmat products in accordance with state and federal regulations. The awardee must have, or obtain, permits and licensure for the storage and handling of hazmat materials for itself and monitor the permit/licensure status of sub vendors. The scope of the project includes ~6,680 National Stock Numbers (NSNs) across multiple Federal Supply Classes (FSCs) including 6810 - Chemicals, 6820 - Dyes, 6840 - Pesticides and Disinfectants, 6850 - Miscellaneous Chemical Specialties and 9150 - Oils and Greases, excluding Class I Ozone Depleting Substances. This contract will support customers in every Service branch, Foreign Military Sales (FMS) and non-military customers. The contract is expected to be very high volume as customers on the current contract place approximately 13,000-17,000 delivery orders per month. Approximately 60% of the orders are from CONUS customers and the remaining 40% from OCONUS customers. The structure for this acquisition will be a fixed price requirements contract with disincentives and incentives tied to performance. The period of performance will be up to 10 years. Estimated total contract value is $1.7 billion utilizing FAR part 12 and FAR part 15. The requirement will be solicited as a small business set-aside. Metrics will include fill rate and back-order reduction. The vendor will also have to meet Time Definite Delivery Standards. This will be a competitively awarded contract and best value selection methods will be used. The Government will award a single contract for this action. The solicitation will be posted on FBO on or around February 24, 2024. NOTE: Attached list of NSNs
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/d07525810cc649509765ebd9e1770a7e/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN06820985-F 20230908/230906230111 (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 |