SOLICITATION NOTICE
56 -- Titanium Buffer FY15 - Combined Synopsis Solicitation - Attachments A-G
- Notice Date
- 8/21/2015
- 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
- SP800015R0012
- Archive Date
- 10/6/2015
- Point of Contact
- Dane H. Smith, Phone: 7037676507, Najiyyah Mahdi, Phone: 7037673184
- E-Mail Address
-
dane.smith@dla.mil, najiyyah.mahdi@dla.mil
(dane.smith@dla.mil, najiyyah.mahdi@dla.mil)
- Small Business Set-Aside
- N/A
- Description
- Attachments A-G (Instructions to Offerors, PWS/QASP/PRST, CLIN Structure, Clauses, Pricing Spreadsheets, Past Performance Questionnaire, and Lead Time Submittal) Combined Synopsis Solicitation This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 in conjunction with FAR Subpart 13.5, 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 for Award Management (SAM) to be considered for award. The web site for registration is www.sam.gov. 1) SP8000-15-R-0012 is issued as a Request for Proposal (RFP). DLA Strategic Materials intends to make multiple awards to multiple contractors. Standard Form (SF) 1449 will be used as the award document for the contract. 2) This solicitation document incorporates clauses and provisions in effect through Federal Acquisition Circular 2005-83 effective 02 July 2015, (DFARS) DPN 20150626 Effective 26 Jun 2015, and Defense Logistics Acquisition Directive Current to Revision 5 and PROCLTR 2015-09. This solicitation and contemplated contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. The clauses and provisions referenced in this solicitation may be obtained in full text form at https://farsite.hill.af.mil. 3) This acquisition is UNRESTRICTED. The applicable NAICS code is 541614 - Process, Physical Distribution, and Logistics Consulting Services, with a size standard of $15, million. 4) The Contractor(s) shall deliver, at a minimum, the stated monthly material quantity from the buffer and use its commercial sales to offer material with the smallest minimum buy quantity (through Material Service Center type of services). See attachment B, Performance Work Statement for additional information and specifications. 5) Duration of the contract is one (1), one (1) year base period and four (4), one (1) year option periods. 6) Delivery, Acceptance, and FOB point will be at Origin. 7) The provision at FAR 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. 8) Evaluation Procedures A. Basis for Award 1) The Government reserves the right to eliminate from consideration for award any 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; to award the contract to the offeror submitting the Lowest Price Technically Acceptable (LPTA) proposal and to make multiple awards. 2) The Government intends to evaluate proposals and award a contract without discussions with offerors. The Government reserves the right to conduct discussions if the Contracting Officer determines them to be necessary. 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) 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. An overall technical rating of "UNACCEPTABLE" makes the proposal ineligible for award.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DNSC/SP800015R0012/listing.html)
- Place of Performance
- Address: Place of performance is unknown., United States
- Record
- SN03850315-W 20150823/150821235749-c1dc86f9d142f715fcae7da48f012f08 (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 |