SOLICITATION NOTICE
59 -- Supply Chain Management - Tobyhanna Army Depot
- Notice Date
- 8/22/2005
- Notice Type
- Solicitation Notice
- NAICS
- 561990
— All Other Support Services
- Contracting Office
- Defense Logistics Agency, Logistics Operations, Defense Supply Center Philadelphia - General & Industrial, 700 Robbins Avenue, Philadelphia, PA, 19111-5096
- ZIP Code
- 19111-5096
- Solicitation Number
- SP0500-05-R-0087
- Description
- This program provides total supply chain management in support of consumables used in maintenance, repair & overhaul of Army weapon systems. The contractor will employ a combination of commercial & DLA sources of supply in the performance of logistics support. The contract will also include provisions in support of worldwide demand (WWD) requirements for selected items; just-in-time support; & at least a 98% fill rate for all schedule of item requirements. The IPV contractor will employ a supplier/manufacturer network with the resources, finances & supply chain management capability to support planned & unanticipated requirements. The logistics solutions will integrate the various sources of supply, thereby achieving robust competition at the supplier level, while still providing seamless interface with DLA & the Army customer. This sophisticated logistics solution requires a continuous open exchange of information between customer, supplier network & DLA. A seamless logistics system with state-of-the-art information technology (IT) & assured communications is essential for optimum support & total asset visibility. This solicitation's customer base is the Tobyhanna Army Depot in Pennsylvania. The contract scope includes approximately 27,000 National Stock Numbers (NSNs) with a total estimated annual value of $15,000,000.00. The market basket shall consist of commercially sourced items which represent the profile of commercially sourced items for the contract term and are a subpopulation of the schedule of items. Some items will be designated WWD & some will be designated site specific. Unanticipated, non-repetitive requirements will be supported by spot-buys which are acquisitions based on customer urgency. For each NSN on the market basket and the subsequent contract, offerors are required to provide a unit price & a total price for each NSN, a material management price and a grand total evaluated price (Note: All estimated prices are fully burdened to include material cost, profit & F.O.B. destination). It is the Government's intent to issue an Indefinite Quantity, Fixed-Priced with EPA contract. The solicitation will contain a 3-year base period with one (1) 3-year option and two (2) 2-year options. The solicitation will utilize 'best value source selection' procedures. The government will consider other factors in addition to price when evaluating proposals to determine the best overall expected value. Technical merit is considered significantly more important than price. The evaluation factors will be Technical Merit; Past Performance; Socio-Economic Consideration; Javits-Wagner-O'Day considerations & DLA Mentoring Businesses Agreement Program. Just-in-time deliveries to the customer sites (not the World Wide demand requirements) will be required. Offerors will be required to submit a delivery schedule for each of the items that are designated as having WWD quantities listed in the Market Basket. Note: Deliveries may vary among items; these deliveries are for the WWD portion (not the site demand). The Trade Agreement Act applies to all items except those in FSG 95. The deadline for receipt of proposals will be forty-five (45) days from the solicitation issue date. DSCP plans on conducting site visits within two weeks after the solicitation issue date. The Schedule-of-Items and the Market Basket can be obtained, WHEN THE SOLICITATION IS ISSUED, by accessing the DSCP website at www.dscp.dla.mil/gi/general/ipvsites.html.
- Record
- SN00875829-W 20050824/050822211642 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |