SOLICITATION NOTICE
99 -- Special Operational Equipment Tailored Logistics Support Program
- Notice Date
- 6/20/2013
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 339999
— All Other Miscellaneous Manufacturing
- Contracting Office
- Defense Logistics Agency, DLA Acquisition Locations, DLA Troop Support - Construction & Equipment, 700 Robbins Avenue, Philadelphia, Pennsylvania, 19111-5096, United States
- ZIP Code
- 19111-5096
- Solicitation Number
- SPM8EJ-13-R-0001
- Archive Date
- 8/31/2013
- Point of Contact
- Meghan Michalski, Phone: 215-737-2051, Howard T. Page III, Phone: 215-737-5280
- E-Mail Address
-
Meghan.Michalski@dla.mil, Howard.Page@dla.mil
(Meghan.Michalski@dla.mil, Howard.Page@dla.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- DLA Troop Support DLA Troop Support intends to enter into Tailored Logistic Support (TLS) Indefinite Delivery Indefinite Quantity (IDIQ) contracts to support the special operational equipment requirements of military installations, federal agencies, and other authorized customers worldwide. It is anticipated that the solicitation will be issued as a 100% Total Small Business Set-Aside (SBSA) acquisition. The Government intends to award multiple Indefinite Delivery Indefinite Quantity (IDIQ) TLS contracts, a minimum of three, as a result of the anticipated solicitation. Proposals will be evaluated using best value tradeoff procedures, in accordance with FAR 15.101-1 and the DoD Source Selection Procedures set forth in DFARS 215.300, and will not be limited to cost or price alone. The Special Operational Equipment (SOE) TLS Program Contracts will contain a base ordering period, which may include a "ramp-up" period of 60 days if necessary. The contracts will also include a provision for a unilateral option on the part of the contracting officer to extend the contract for one (1) year each for a potential five year total term. The estimated dollar value of this acquisition (inclusive of all contracts awarded) is $4 billion over the potential five year term. The maximum dollar value of this acquisition (inclusive of all contracts awarded and options) is $10 billion. The contract maximum does include potential surge and contingency requirements. In general, the scope of the acquisition includes special operational equipment and related supplies and incidental services including, but are not limited to: Survival Gear, Tactical Equipment, Eyewear vision Enhancing Equipment, Escalation of Force Equipment, Visit Board Search and Seizure (VBSS), Scuba and other Diving Equipment, Thermal Protection Equipment, Surface Supplied Diving Equipment, Communication Devices, Compressors and Air Purification Systems, Hyperbaric Instrumentation and Equipment, Lifesaving - Search and Rescue Equipment, Air Crew Support and Flight Deck Safety Items, Underwater Tools, Load Carrying Equipment (i.e., vests, backpacks, systems, trunk lockers), Lethality Support Items (i.e., slings, holsters, mobility pad items, straps and fasteners, reflective belts), Survival kits, and Mountain climbing equipment. After the contracts are awarded, pursuant to the fair opportunity requirements of FAR 16.505(b), all delivery orders will be competed among all awardees, except that the Government reserves the right to direct orders to a particular source under urgent circumstances, to meet contractual minimums, or to provide economy and efficiency as a logical follow-on to an order already issued in accordance with FAR 16.505(b)(2) Exceptions to the Fair Opportunity Process. The anticipated issuance of the Request for Proposal (RFP) is early July 2013. It is anticipated that the solicitation will remain open for a period of thirty (30) days. After issuance, the RFP may be found on the DLA Internet Bid Board System at http://www.dibbs.bsm.dla.mil. The RFP will also be posted on FedBizOpps. Any questions regarding this announcement may be directed via email to meghan.michalski@dla.mil, howard.page@dla.mil, and courtney.baysmore@dla.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCP-I/SPM8EJ-13-R-0001/listing.html)
- Record
- SN03094771-W 20130622/130620234919-256add13e2dfea9c76b234c38ae63429 (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 |