Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 30, 2018 FBO #5971
SOLICITATION NOTICE

V -- DLA Distribution Transportation Contract (DDTC)

Notice Date
3/28/2018
 
Notice Type
Presolicitation
 
NAICS
484230 — Specialized Freight (except Used Goods) Trucking, Long-Distance
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, DLA Distribution, ACQUISITION OPERATIONS (J7), 430 MIFFLIN AVENUE SUITE 3102A, New Cumberland, Pennsylvania, 17070-5008, United States
 
ZIP Code
17070-5008
 
Solicitation Number
SP3300-18-R-5005
 
Point of Contact
BRIAN R ROSE, Phone: 717 770-4673, Jada A. Weaver, Phone: 717-770-4378
 
E-Mail Address
brian.rose@dla.mil, jada.weaver@dla.mil
(brian.rose@dla.mil, jada.weaver@dla.mil)
 
Small Business Set-Aside
N/A
 
Description
DLA Distribution has a requirement for long term, competitive Multiple Award, Firm-Fixed-Price (FFP) Indefinite Delivery Indefinite Quantity (ID/IQ) contracts for transportation services to deliver Class II (Individual Equipment), Class III (P) (Packaged Petroleum Oils and Lubricants), Class IV (Construction), and Class IX (Repair Parts) material from DLA Distribution or DLA Disposition locations to Gulf Cooperation Customers (GCC), Iraq and Jordan. The requirement will provide a transportation support capability in the Arabian Peninsula that would serve as the primary conduit for cargo in support of the Trans Arabian Network (TAN). The purpose is to provide, maintain and operate a Contractor-Managed Transportation capability to include clearing boarder and customs requirements while meeting established delivery timeframes across the TAN. The contractor shall pick up material within 24 hours of notification and meet a delivery timeline of 12 days from notification to delivery for shipments to Kuwait and 18 days for all other destinations. This includes customs clearance on behalf of the US government with duty free movement, regardless of country/delivery location. It is anticipated that this service will include multiple truck movements per week. The requirement will be advertised under solicitation SP3300-18-R-5005. FAR Part 12/15 procedures will be utilized for this commercial service. The solicitation is anticipated to utilize "Best Value/Trade Off Analysis" source selection procedures with Past Performance and Technical factors. The use of this process permits tradeoffs among price and non-price factors and allows the Government to accept other than the lowest price proposal. It is anticipated that multiple FFP IDIQ type contracts will be issued. The Government will make the number of awards determined to be in the Government's best interest after evaluation of proposals. Once the number of awards has been determined, the Government intends to distribute the total requirements evenly among the awarded contracts. If multiple awards are made, it is the Government's intent to alternate requirements; however, this will be dependent on the awardees ability to meet the specific delivery requirements. It is anticipated that the first task order will be issued concurrent with awards for a three month period of performance for phase-in that will obligate the minimum guaranteed amount under the ID/IQ contract. Subsequent task orders are intended to be issued on a FFP basis per route. Negotiated rates will be used to establish a firm fixed price under a task order. The lane rates established in the awarded ID/IQ contracts will be utilized in Syncada®. Payment will be for actual quantities procured and delivered at the firm fixed unit prices outlined in each order. The anticipated period of performance will be a five year ordering period (inclusive of a three-month Phase-In period) from 01 October 2018 - 30 September 2023 with up to six (6) month option period under FAR 52.217-8 Option to Extend Services (Nov 1999) from 01 October 2023 - 31 March 2024. The NAICS code and Size Standard are 484230 and $27.5M, respectively. All documents related to this notice will be posted to the Federal Business Opportunities website. Prospective offerors are cautioned concerning their responsibility to access the website for any amendments/modifications and/or solicitation postings related to this pre-solicitation notice. There will be no advance notification of amendment/modification/solicitation issuance. Prospective offerors are advised to consult the website frequently to check for the issuance of amendments/modifications and/or solicitations. The tentative timeframe for issuance of the Request for Proposal (RFP) for the above stated requirement is on or around April 12, 2018. Any questions concerning this acquisition should be directed to the Contract Specialist, Brian Rose at brian.rose@dla.mil AND Contracting Officer, Jada Weaver at jada.weaver@dla.mil. All questions must be submitted in writing via email to the above points of contact.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DDC/SP3300-18-R-5005/listing.html)
 
Place of Performance
Address: Various within the Arabian Peninsula, United States
 
Record
SN04870979-W 20180330/180328232328-b3bc3a3a018b7f234a468d48ab7d49ca (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 |
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.