Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 14, 2024 SAM #8114
SPECIAL NOTICE

D -- Automated Fuel System Install (AFSI) Industry Day

Notice Date
2/12/2024 6:43:43 AM
 
Notice Type
Special Notice
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
DCSO COLUMBUS
 
ZIP Code
00000
 
Solicitation Number
SP4706-23-R-0005
 
Response Due
4/11/2024 1:00:00 PM
 
Archive Date
09/30/2024
 
Point of Contact
Julie Miller, Phone: 6146924841, Trevor Webb, Phone: 6146923731
 
E-Mail Address
julie.miller@dla.mil, trevor.webb@dla.mil
(julie.miller@dla.mil, trevor.webb@dla.mil)
 
Description
12FEB24 Update -� Defense Logistics Agency (DLA) has a worldwide mission to provide petroleum and related support to the United States (US) military forces, eligible Federal Civilians, State, Local, and Foreign Governments. This requirement requires DLA to procure engineering services for the design, fabrication, integration, installation, configuration management, quality assurance, logistics, maintenance, life cycle management, and technical support capability for the installation of Automated Fuel Systems (AFS) and other fuel related systems and equipment. Included in this requirement is Corrective Maintenance (CM) and Site Support for non-routine maintenance efforts that exceed $250,000.00. In accordance with FAR 5.2, the Defense Logistics Agency (DLA) intends to release Solicitation SP4706-23-R- 0005 to meet the Automated Fuel Systems Installation (AFSI) requirement. The expected release date of the solicitation is expected to take place within the next fifteen (15) business days. This solicitation will result in the award of a Firm-Fixed Price (FFP), Multiple Award Indefinite-Delivery / Indefinite- Quantity (IDIQ) contract to each offeror who is determined to be technically acceptable. At the time of the IDIQ award(s), DLA intends to issue the first Task Order for Automated Tank Gauge Replacement ATG-R. IDIQ Evaluation Factors: Factor 1: Technical Approach MATOC ����������� Subfactor 1A: Project Management Approach ����������� Subfactor 1B: Key Personnel Qualifications ����������� Subfactor 1C: Supervisory Control and Data Acquisition (SCADA) Implementation and Integration Plan Approach Factor 2: Past Performance ATG-R Evaluation Factors: Factor 1: Technical Approach MATOC ����������� Subfactor 1A: Management Approach ����������� Subfactor 1B: Installation Design Package (IDP) Approach Factor 2: Past Performance Factor 3: Small Business Participation Factor 4: Price Note 1: An Offeror must propose on both the MATOC and the ATG-R solicitations, but the MATOC solicitation will be evaluated first, then the ATG-R will be evaluated based on the proposals deemed technically acceptable for the MATOC solicitation. Note 2: A proposal that receives a rating of �Unacceptable� in any of the Non-Price Factors for the MATOC or Subfactors will result in the entire proposal being determined ""Unacceptable"" and will be ineligible for award, and therefore will not be reviewed for the ATG-R solicitation. Note 3: A proposal that receives a rating of �Unacceptable� in any of the Non-Price Factors for the ATG-R or Subfactors will not be eligible for an award on the MATOC. -------------------------------------- DLA is currently planning to use recompete the Automated Fuel System Install (AFSI) contracts.� In order to prepare, there will be Industry Day conducted.� If you believe you are an interested party and would like the information regarding the Industry Day, please reach out to the Contracting Officer, Julie Miller, 614 692 4841. Disclaimers: DLA will not be responsible for or pay any costs incurred in response to this posting. Please note that solicitation and associated information/content is not final and subject to changes between issuance of this notice and issuance of the solicitation. The information provided in this posting and associated draft documents are not binding to the Government. Please note that any questions received by the DLA through Industry will be made available. It is the submitting party's responsibility to ensure any questions do not contain any proprietary information or considered trade secrets.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/49e4288bb6cf48ecbb42396ad58e1549/view)
 
Record
SN06962688-F 20240214/240212230045 (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.