|
COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 29,1999 PSA#2484Defense Supply Center Columbus, PO Box 16595, DSCC-PBAB, Columbus, OH
43216-6595 59 -- DSCC-S9E IS LOOKING TO PARTNER WITH ELECTRONIC DISTRIBUTORS FOR
COTS ITEMS SOL SPO900-00-R-0007 DUE 033100 POC David Glasscoe
6146927653, Jeff Dixius 6146927348, Cindy Nevin 6146925761 WEB: DSCC
Corporate Contract/Tailored Support Solicitations,
http://www.dscccols.com/programs/corportate_contracts/cc.asp. STATEMENT
OF OBJECTIVES DLA's vision is to be the Best Value provider for their
customers, the Armed Forces of the United States. Their goal is "Right
Item, Right Time, Right Place, Right price". To achieve this, DLA
plans to radically reengineer their logistics process by shifting to
commercial practices. The government can no longer afford to invest
large sums of money on inventory, but must instead leverage existing
private sector capabilities, while at the same time satisfy the
Warfighter's requirements. The Defense Supply Center Columbus (DSCC) --
Commodities (Electronics), currently manages 1.2 million items in 9
Federal Supply Groups (FSG's) and in more than 83 Federal Supply
Classes (FSC's). Commodities processes over 2 million requisitions and
over 60,000 awards annually in support of more than 1200 weapon
systems. Approximately 45 percent of the awards are processed by an
automated system, while the remainder are done manually. Over half of
the manual awards are under $2,500, and have an average administrative
lead time over 70 days. A large percentage of the items procured by
Commodities are expected to be commercial off-the-shelf (COTS) items.
In an effort to reduce logistics response time, reduce inventory
levels, and increase readiness, of COTS items, DSCC intends to
establish DISTRIBUTOR PARTNERSHIPS with suppliers capable of providing
COTS items within 2 days. This procurement is unrestricted, full and
open competition. The solicitation will remain open for a period of 90
days. Offerors may submit their proposal any time during the open
period. Offerors are invited to submit a list of their electronic COTS
items which can be delivered within 2 days. Offerors may propose as
many items as they like, however, all proposed items must have a
corresponding National Stock Number (NSN) currently managed by the
Commodities Directorate (S9E -- Electronics). To award contracts to as
many vendors as possible, the government intends to initially award a
maximum of 400 items per offeror. If offerors propose more than 400
items, they must identify their "Top 400" items. The "Top 400" items
are those items (up to 400) the offeror would like to have put on
contract first. They may be items the offeror currently sells the most
of to DSCC, or other military customers, or they may be heavy hitters
for their commercial customers, etc. For the "Top 400" evaluation,
offerors will not be evaluated against each other. Rather, all
responsible offerors will receive an award for any/all of their
technically acceptable "Top 400" items that the government determines
to be fair and reasonable. The government will evaluate proposals in
the order the proposals are received by the government. In the event
more than one fair and reasonable, technically acceptable, proposal is
received for the same NSN, the offeror whose proposal was received
first by DSCC-CH, will receive the delivery orders for that item during
the base contract period. After all offerors' "Top 400" items have been
evaluated (and awarded if appropriate), the government will evaluate
the remaining items (those items not in the offerors' Top 400 items).
All proposed remaining items that are technically acceptable, and are
determined to be fair and reasonable, will be added to the existing
contracts. For the "remaining item" evaluation, offerors will be
evaluated against each other. Should more than one offeror submit a
proposal for the same item, both/all offerors may have the item added
to their existing "Top 400" contract, however, the offeror whose
proposal represents the best value to the government will receive
delivery orders against that item. Best value will be determined by the
following evaluation factors: price, delivery, past performance, and
surge & sustainment capabilities. In the future, the government may
elect to issue the delivery orders on a rotating basis if more than one
offeror per item. Offerors must submit firm fixed prices for at least
the base contract period. Offerors may also submit prices for the
option periods. However, 60 days prior to exercising any option period,
the government will request updated pricing from all offerors. The
contracts are expected to be Firm Fixed Price Indefinite Delivery Type
contracts with a one year base period and four one-year options. Each
contract will have a minimum guarantee of $100 worth of items to be
ordered during the contract period. Without knowing which items will be
proposed, the government, at this time, cannot estimate the dollar
amounts of the contract(s). Likewise, the estimated quantity the
government will order during the contract period is unknown. All
delivery orders will be for direct delivery shipments to the using
activity. Delivery orders will be issued by DSCC using Electronic Data
Interchange (EDI). Successful offerors must have EDI capabilities. At
some point, the government may choose to place orders through the use
of credit card purchases directly by the customers. COPIES OF
SOLICITATION WILL BE AVAILABLE 29 DEC 99 BY FAXING REQUESTS TO
614-692-2262. DEADLINE FOR RECEIPT OF BIDS IS 31 MARCH 00. Posted
11/24/99 (W-SN403357). (0328) Loren Data Corp. http://www.ld.com (SYN# 0190 19991129\59-0013.SOL)
59 - Electrical and Electronic Equipment Components Index Page
|
|