Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 18, 2023 SAM #7753
SOLICITATION NOTICE

47 -- JLTVCI Open Season and Contract Maximum Increase-Contracts SPE7LX22D0076-0077-0078

Notice Date
2/16/2023 7:28:14 AM
 
Notice Type
Presolicitation
 
NAICS
3333 —
 
Contracting Office
DLA LAND AND MARITIME COLUMBUS OH 43218-3990 USA
 
ZIP Code
43218-3990
 
Solicitation Number
SPE7LX21R0071-SPE7LX22D0076-0077-0078
 
Response Due
2/24/2023 10:00:00 AM
 
Point of Contact
Bret Griffin, Phone: 614-692-1148, Robert Harris, Phone: 614-692-5912
 
E-Mail Address
bret.griffin@dla.mil, Robert.Harris@dla.mil
(bret.griffin@dla.mil, Robert.Harris@dla.mil)
 
Description
12/9/22 - Please note, the Open Season solicitation is now anticipated to be available on or about late February 2023 at https://www.dibbs.bsm.dla.mil/RFP/ Hard copies are not available.� Please note this Project's NAICS Code is�333318 - Other Commercial and Service Industry Machinery Manufacturing. 10/6/22 -�The FSC for the 3 NSNs listed below in Chart 1 has changed.� The NSNs are listed under their Old FSC in the Attached spreadsheet titled ""Open Season NSN Listing-SPE7LX-21-R-0071�. Chart 1 NIIN������������������������� Old FSC��������� New FSC������� Updated NSN Number 01-676-2903������������� 2610��������������� 2530��������������� 2530-01-676-2903 01-671-3414������������� 2920��������������� 2590��������������� 2590-01-671-3414 01-659-7107������������� 9535��������������� 2590��������������� 2590-01-659-7107 9/28/22 - The Contract Maximum change discussed below is being readjusted. The Government intends to change the contract maximum to $221,000,000.00 rather than the $200,000,000.00 or $480,000,000.00 noted below. The contract maximum will be shared among all Basic Contract holders listed below via contract modification as well as any new contract holders awarded through the �Open Season� described below. Once again, the Government intends to change the contract maximum to $221,000,000.00. 9/23/22 - The Contract Maximum change discussed below is being adjusted.� The Government intends to change the contract maximum to $200,000,000.00 rather than the $480,000,000.00 noted below.� The contract maximum will be shared among all Basic Contract holders listed below via contract modification as well as any new contract holders awarded through the �Open Season� described below. The Government intends to update the Joint Light Tactical Vehicle Competitive Initiative (JLTVCI) Program maximum to $480,000,000.00 shared among all Basic Contract holders listed below via contract modification as well as any new contract holders awarded through the �Open Season� described below. In conjunction with the modification to increase the Contract Maximum of the current basic contracts to $480M, the solicitation will be re-opened to conduct an �Open Season� per Section 11 of the Statement of Work (SOW) to potentially add new JLTVCI prime contractors under the updated terms and conditions of the JLTVCI basic contracts.� Section 11 of the SOW is listed below. SOW Section 11.0 - OPEN SEASON PROCEDURES, as amended May 24, 2022 is listed below. (a) If DLA determines that it would be in the Government�s best interest to issue a new solicitation to add new JLTVCI prime contractors, the Contracting Officer may do so at any time provided that: (i) The solicitation is issued under then-applicable federal procurement law; (ii) Any Contractor that meets the eligibility requirements may submit a proposal in response to the new solicitation; however, existing JLTVCI prime contractors may not hold more than one basic contract at a time. (iii) The award decision under any solicitation is based upon the same evaluation factors and sub-factors as the original solicitation. (iv) The terms and conditions of any resulting awards from a new solicitation are not materially different from the existing version of the basic contract; (v) The terms for any such new awards from a solicitation is synchronous with the existing terms for all other JLTVCI prime contractors, including the option periods; (vi) If awarded a JLTVCI IDIQ contract, any new JLTVCI prime contractor is eligible to submit a proposal in response to order RFPs and receive order awards with the same rights and obligations as any other JLTVCI prime contractors. Offerors interested in participating in the JLTVCI Program�s �Open Season� please review this announcement, all announcement attachments and the attached Market Research Questionnaire titled �JLTVCI Open Season Market Research�. Any offerors interested in participating may provide a market research response to Bret Griffin at Bret.Griffin@dla.mil and Robert Harris at Robert.Harris@dla.mil. The Joint Light Tactical Vehicle (JLTV) Competitive Initiative contracts are five year Indefinite Delivery, Indefinite Quantity (IDIQ) Multiple Award Contracts (MAC) supporting a broad range of JLTVs.� The contracts are structured with a three-year base period and two (2) one-year option periods.� The contracts were awarded February 18, 2022 to the companies listed below.� The contracts will conclude February 17, 2027 if all option periods are exercised. Basic Contracts Awarded SPE7LX-22-D-0076 (D0076) � Oshkosh � CAGE 75Q65 SPE7LX-22-D-0077 (D0077) � Brighton Cromwell (Brighton) � CAGE 3NNX8 SPE7LX-22-D-0078 (D0078) � Aero-Tel (Aero) � CAGE 1KJF2 TOTAL CURRENT CONTRACT MAXIMUM: $83,993,731.40 - Per the contract�s terms, the maximum dollar value of this acquisition will be shared among all Basic Contracts awarded. NSN LISTING: At award stage the JLTVCI Program contained 6564 NSNs. The JLTVCI Program now contains 6561 NSNs.� The following NSNs have been removed from the program via Contract Modification: 2540-01-677-9351 2540-01-674-3054 2520-01-673-1378 The NSNs listed above are included in the attachment titled �Open Season NSN Listing-SPE7LX-21-R-0071� but are highlighted in yellow and notated as �Removed�.� NSN 2540-01-674-3054 is listed on the �Now Ready NSNs� tab.� NSNs 2520-01-673-1378 and 2540-01-677-9351 are listed on the �Potential NSNs� tab. Please note per the Program�s terms and conditions, items are continuously being cleared technically, and having NSN numbers assigned to them, so the current JLTVCI NSN listing found in the attachment titled �Open Season NSN Listing-SPE7LX-21-R-0071� is not the entire list that may be added to this procurement but are the NSNs that are known at this time. At the time of initial solicitation, there were 448 NSNs within the scope of the action that were reviewed by Government Technical Personnel and determined ready for procurement.� These NSNs were included as part of the Price Evaluation List (PEL) referenced in the solicitation.� The NSNs that were part of the PEL are listed in the attached spreadsheet titled �Open Season NSN Listing-SPE7LX-21-R-0071� on the tab titled �PEL Listing�. There were an additional 6,116 NSNs (now 6,113 following the removal of the NSNs listed above) that were assigned to the JLTV program at the time of solicitation that were not reviewed by Government Technical Personnel and were not ready for procurement at that time.� These NSNs were part of the scope of the action, listed in the solicitation and are part of all 3 contracts listed above. The solicitation noted that any or all of these 6,116 NSNs (now 6,113 following the removal of the NSNs listed above) may be reviewed by Government Technical Personnel, become ready for procurement during the life of the contract and may be ordered during the period of performance via competed orders. Government Technical Personnel have reviewed an additional 1714 (now 1713 following the removal of NSN 2540-01-674-3054 as noted above) of the 6116 NSNs (now 6,113 following the removal of the NSNs listed above) and determined the 1714 NSNs (now 1713 following the removal of NSN 2540-01-674-3054 as noted above) listed in the spreadsheet titled �Open Season NSN Listing-SPE7LX-21-R-0071� on the tab titled �Now Ready NSNs� are ready for procurement during the life of the contract and may be ordered during the period of performance via competed orders. The remainder of the 6116 NSNs (now 6,113 following the removal of the NSNs listed above) are listed in the spreadsheet titled �Open Season NSN Listing-SPE7LX-21-R-0071� on the tab titled �Potential NSNs�.� Government Technical review of the NSNs listed on the �Potential NSNs� tab is ongoing and once these NSNs have been determined ready for procurement these NSNs may be ordered during the period of performance via competed orders through the JLTVCI Program. �� SCOPE OF THE CONTRACT: The scope of the contracts include any fully competitive and/or limited source(s) DLA managed product, used by the DoD or the Federal Government to repair or replace any item, or system, used on the JLTV vehicles.� The Weapon System Designator Codes (WSDCs) within the scope of this contract include, but are not limited to: Army J8A, and the following Marine WSDCs: O0M United States Marine Corps (USMC) General Purpose Truck, O1M USMC Heavy Guns Carrier, O2M USMC Close Combat Weapons Carrier, and O3M USMC Truck Utility, and any accompanying part/accessory for mission accomplishment.� The Federal Supply Classes (FSC) covering these items include, but are not limited to: 2010 Ship and Boat Propulsion Components 2510 Vehicular Cab, Body, and Frame Structural Components 2520 Vehicular Power Transmission Components 2530 Vehicular Brake, Steering, Axle, Wheel, and Track Components 2540 Vehicular Furniture and Accessories 2541 Weapons Systems Specific Vehicular Accessories 2590 Miscellaneous Vehicular Components 2805 Gasoline Reciprocating Engines 2815 Diesel Engines and Components 2910 Engine Fuel System Components, Non-Aircraft 2920 Engine Electrical System Components, Non-Aircraft 2930 Engine Cooling System Components, Non-Aircraft 2940 Engine Air and Oil Filters, Strainers, and Cleaners, Non-Aircraft 2990 Miscellaneous Engine Accessories, Non-Aircraft 3020 Gears, Pulleys, Sprockets, and Transmission Chain 3030 Belting, Drive Belts, Fan Belts, and Accessories 3040 Miscellaneous Power Transmission Equipment 3110 Bearings, Antifriction, Unmounted 3120 Bearings, Plain, Unmounted 3950 Winches, Hoists, Cranes, and Derricks 3990 Miscellaneous Materials Handling Equipment 4010 Chain and Wire Rope 4130 Refrigeration and Air Conditioning Components 4210 Firefighting Equipment 4320 Power and Hand Pumps 4330 Centrifugals, Separators, and Pressure and Vacuum Filters 4710 Pipe, Tube and Rigid Tubing 4720 Hose and Flexible Tubing 4730 Hose, Pipe, Tube, Lubrication, and Railing Fittings 4810 Valves, Powered 4820 Valves, Nonpowered 4910 Motor Vehicle Maintenance and Repair Shop Specialized Equipment 5315 Nails, Machine Keys, and Pins 5325 Fastening Devices 5330 Packing and Gasket Materials 5340 Hardware, Commercial 5342 Hardware, Weapon System 5355 Knobs and Pointers 5365 Bushings, Rings, Shims, and Spacers 5430 Storage Tanks 5895 Miscellaneous Communication Equipment 5905 Resistor 5925 Circuit Breakers 5930 Switches 5935 Connectors, Electrical 5963 Electronic Modules 5970 Electrical Insulators and Insulating Materials 5985 Antennas, Waveguides, and Related Equipment 5995 Cable, Cord, and Wire Assemblies: Communication Equipment 5998 Electrical and Electronic Assemblies, Boards, Cards, and Associated Hardware 5999 Miscellaneous Electrical and Electronic Components 6150 Miscellaneous Electric Power and Distribution Equipment 6220 Electric Vehicular Lights and Fixtures 6350 Miscellaneous Alarm, Signal, and Security Detection Systems 6620 Engine Instruments 6625 Electrical and Electronic Properties Measuring and Testing Instruments 6650 Optical Instruments, Test Equipment, Components and Accessories 6680 Liquid and Gas Flow, Liquid Level, and Mechanical Motion Measuring Instruments 6685 Pressure, Temperature, and Humidity Measuring and Controlling Instruments 6695 Combination and Miscellaneous Instruments 7690 Miscellaneous Printed Matter 8145 Specialized Shipping and Storage Containers Additionally, the solicitation and contract notified all offerors and awardees of the following.� Please note this statement refers to original solicitation attachments that are not included in the attachment titled �SPE7LX21R0071�.� This statement also refers to the original solicitation NSN counts.� As noted above, the JLTVCI Program NSN count has changed since the initial JLTVCI Program solicitation and award.� The current JLTVCI Program NSN listing is found in the attached spreadsheet titled �Open Season NSN Listing-SPE7LX-21-R-0071�. �There are currently 448 NSNs within this scope that are technically ready to be solicited and are included in the Price Evaluation List (PEL), Attachment 1 to the Solicitation. The ceiling pricing for these 448 items is requested with your response to this solicitation. The offered prices in the PEL shall be listed for each base year and option year. The contractor�s maximum/ceiling price for each NSN shall be quoted in the PEL. After award, in response to a competed purchase order or mini LTC, the price quoted for that NSN shall not exceed the PEL price quoted for that particular contract year. A proposal MUST include pricing for a minimum of 40% (179) of the PEL�s NSNs, to be considered for award. There are currently approximately 6,564 NSNs (448 NSNs currently being solicited on Attachment 1, plus the 6,116 NSNs on Attachment 2, Potential NSNs), that have been determined to fall within the scope of this solicitation. The total number of NSNs needed for JLTV weapon system sustainment may increase or decrease as the sustainment effort matures. This current solicitation will be the only planned opportunity that a contractor will have the opportunity to submit a proposal for NSNs that fall within the scope of this solicitation. All items within the scope of the solicitation are considered on the contract and may be ordered during the period of performance via competed orders. Items are continuously being cleared technically, and having NSN numbers assigned to them, so the list of 6,116 potential NSNs is not the entire list that may be added to this procurement but are NSNs that are known at time of solicitation. Mini-LTCs can be competed under the JLTVCI at the discretion of the contracting officer.� The original solicitation, all solicitation amendments and many of the solicitation�s attachments are attached to this announcement in the acrobat document titled �SPE7LX21R0071�.� The attachments of the original solicitation that are not included are listed below: 1. PEL Pricing Evaluation List Excel Spreadsheet 2. NSN Data Excel Spreadsheet 3. PID, Packaging and Marking 5. Section B Surge and Sustainment 6. Section C Statement of Work The most current SOW is attached to this announcement in the attachment titled �SECTION C � Current�. The technical drawing data currently available for this project�s NSNs can be downloaded by authorized users from the cFolders website https://pcf1x.bsm.dla.mil/cfolders. Once again, the current JLTVCI NSN listing is found in the attachment titled �Open Season NSN Listing-SPE7LX-21-R-0071�.� Please note any Annual Demand Quantity information in the �Open Season NSN Listing-SPE7LX-21-R-0071� are estimates only and do not commit the Government to any current or future purchases. A Market Research Questionnaire titled �JLTVCI Open Season Market Research� is also attached to this announcement.� It is possible for the �Open Season� to result in additional Basic Contract Awardee(s).� Offers submitted during the �Open Season� will be evaluated using the procedures outlined in the attached original solicitation titled �SPE7LX21R0071� to the greatest extent possible. The solicitation will remain unrestricted. The solicitation will be available on or about December 15, 2022, at https://www.dibbs.bsm.dla.mil/RFP/ Hard copies are not available.� Increments and delivery schedule will be noted in an attachment to the updated RFP. All responsible sources may submit an offer/quote, which shall be considered. While price may be a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price, delivery, past performance, and other evaluation factors as described in the solicitation. Please direct all questions to the contacts listed below: Bret.Griffin@dla.mil Robert.Harris@dla.mil.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/c18223f46d444c65861084b9774b0ead/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN06594093-F 20230218/230216230116 (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.