SOLICITATION NOTICE
R -- Titanium and Titanium Alloys Buffer - Titanium and Titanium Alloys SOW
- Notice Date
- 8/17/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541614
— Process, Physical Distribution, and Logistics Consulting Services
- Contracting Office
- Defense Logistics Agency, DLA Acquisition Locations, DLA Strategic Materials, 8725 John J. Kingman Road, Suite 3229, Fort Belvoir, Virginia, 22060-6223, United States
- ZIP Code
- 22060-6223
- Solicitation Number
- SP8000-12-R-0011
- Point of Contact
- Taryn N. Bushrod, Phone: 7037677614, Jennifer Phillips, Phone: 703-767-6954
- E-Mail Address
-
taryn.bushrod@dla.mil, jennifer.phillips@dla.mil
(taryn.bushrod@dla.mil, jennifer.phillips@dla.mil)
- Small Business Set-Aside
- N/A
- Description
- Combined Synopsis Instructions to Offerors CLIN Structure Clauses Statement of Work COMBINED SYNOPSIS/SOLICITATION 1) Defense Logistics Agency Strategic Materials is seeking offers from mills/producers that are currently certified for the production of titanium and titanium alloys to develop, implement, and manage a strategic material buffer solution for improving availability of specialty titanium and titanium alloys that would directly support manufacturers of DoD/DLA repair parts. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice and file attachments. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. All offerors must be registered with the System Award Management (SAM) to be considered for award. The web site for registration is https://sam.gov. 2) SP8000-12-R-0011 is issued as a Request for Proposal (RFP). DLA Strategic Materials intends to competitively award a single Firm Fixed Price (FFP) contract. Standard Form (SF) 1449 will be used as the award document for the contract. 3) This solicitation document incorporates FAR, DFARS, and DLAD clauses and provisions by attachment. The clauses and provisions referenced in this solicitation may be obtained in full text form at https://farsite.hill.af.mil/. 4) This acquisition is UNRESTRICTED. The applicable NAICS code is 541614 - Process, Physical Distribution, and Logistics Consulting Services, with a size standard of $14 million. 5) The contractor shall provide commercially pure Titanium and Titanium Alloys. The required monthly contract quantity is 210,817 lbs. See attached Statement of Work for additional information and specifications. 6) Period of Performance of the contract is one (1) base period one year after date of award and three (3), one (1) year option periods. 7) Delivery, Acceptance, and FOB point will be at Origin. 8) Evaluation Procedures A. Basis for Award 1) The Government reserves the right to eliminate from consideration for award and or all offers that do not meet the minimum requirements of the solicitation, at any time prior to award of the contract; to negotiate with offerors in the competitive range; and to award the contract to the offeror submitting the Lowest Price Technically Acceptable (LPTA) proposal. 2) The Government intends to evaluate proposals and award a contract without discussions with offerors (except clarifications). The Government reserves the right to conduct discussions if the Contracting Officer determines them to be necessary. In addition, if the Contracting Officer determines that the number of proposals that would otherwise be in the competitive range exceeds the number at which an efficient competition can be conducted, the Contracting Officer may limit the number of proposals in the competitive range to the greatest number that will permit an efficient competition among the acceptable proposals. 3) The LPTA process is selected as appropriate for this acquisition because the best value is expected to result from selection of the technically acceptable proposal with the lowest evaluated price. 4) Reverse Auctions will be considered with this requirement. 5) An overall technical rating must be at least "ACCEPTABLE" in order to be eligible for award. An "UNACCEPTABLE" rating in any factor results in the overall technical proposal being rated "UNACCEPTABLE" unless corrected through discussions. A final overall technical rating of "UNACCEPTABLE" makes the proposal ineligible for award. B. Evaluation factors for Award 1) Factor 1: Technical Approach a. Sub-Factor A: Quality Control/ Stock Rotation Plan 2) Factor 2: Past Performance 3) Factor 3: Price C. Basis of Evaluation and Submittal Requirements for Technical Acceptability and Recent Past Performance and Relevant Material Experience. (a) Solicitation Submittal Requirements- The proposal/offer must document; (1) Successful capability to provide Titanium and Titanium Alloys to the specifications identified in the Statement of Work. (2) All specifications (including Original Equipment Manufacturer (OEM)), who qualified/ certified and if qualification/ certification is current. (3) A Quality Control/ Stock Rotation Plan in accordance with the Statement of Work. (b) Recent and Relevant Past Performance - (1) Evaluations and all other Recent and Relevant Past Performance information reviewed by the Government (e.g., PPIRS, past performance documents, and information obtained for any other source) reflect a trend of satisfactory performance considering: • A pattern of meeting material specifications and • A pattern of timely delivery (2) Experience providing similar product/services under a DoD contract in the last three (3) years. At a minimum, the documentation must include the contract number, award date, delivery date(s), and quantity. In addition to the above, the Government may review any other sources of information for evaluating past performance. Other sources may include, but are not limited to, past performance information retrieved through Past Performance Information Retrieval System (PPIRS) using all CAGE/DUNS numbers of team members (partnership, joint venture, teaming arrangement, or parent company/ subsidiary/ affiliate) identified in the offeror's proposal, inquiries of owner representative(s), and any other known sources not provided by the offeror. While the Government may elect to consider data from other sources, the burden of providing detailed, current, accurate and complete past performance information rests with the Offeror. Offerors are reminded to utilize Small Businesses to the maximum extent practicable in the performance of this effort. Pursuant to FAR 19.7/DFARS 219.7, a Subcontract Plan detailing the extent of subcontracting opportunities, covering direct and/or indirect support, planned for each socio-economic category will be required. The following links are provided to assist offerors promoting Small Business subcontracting opportunities: • Subcontracting Plan, the Basics: http://www.acq.osd.mil/osbp/docs/subcontracting_the_basics.pdf • Doing Business with the DoD: http://www.acq.osd.mil/osbp/doing_business/index.htm • Commercial Market Representative: http://www.sba.gov/content/government-contracting-field-staff-directory/ • SUV-Net: http://web.sba.gov/subnet/ 9) This procurement is rated as DO-C9 under the Defense Priorities and Allocations System (DPAS). 10) Please review all attachments for requirements determined necessary for this acquisition. 11) All responsible sources may submit feedback questions to be answered by the agency. All questions and concerns should be submitted by email, by Monday, August 27, 2012 no later than 4:30 pm EST. All inquiries regarding this requirement shall be directed in writing to Taryn Bushrod at Taryn.Bushrod@dla.mil. Solicitation number SP8000-12-R-0011 must be included in the Subject line. TELEPHONIC REQUESTS WILL NOT BE HONORED. 12) This Combined/Synopsis/Solicitation will be available at http://fedbizopps.gov on Friday, August 17, 2012. If you intend to submit a proposal/offer, please ensure that you provide all required submittals and complete all applicable fill-in clauses per the Combined Synopsis/Solicitation, including signatures where applicable. Submit your proposal/offer to SMContracting@dla.mil with solicitation number SP8000-12-R-0011 in the Subject line no later than 4:00pm EST September 17, 2012. Proposals submitted by US mail and facsimile will not be accepted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DNSC/SP8000-12-R-0011/listing.html)
- Record
- SN02844671-W 20120819/120817235746-39a1e3dd7727276a4dfa4761fe03a000 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |