SOLICITATION NOTICE
S -- Global Distribution Expeditionary Contract
- Notice Date
- 2/20/2020 11:57:32 AM
- Notice Type
- Presolicitation
- NAICS
- 493110
— General Warehousing and Storage
- Contracting Office
- DLA DISTRIBUTION NEW CUMBERLAND PA 17070-5008 USA
- ZIP Code
- 17070-5008
- Solicitation Number
- SP3300-20-R-5004
- Response Due
- 3/9/2020 11:00:00 AM
- Archive Date
- 03/24/2020
- Point of Contact
- Scott Lesh, Phone: 7177704245, Jada A. Weaver, Phone: 7177704378
- E-Mail Address
-
scott.lesh@dla.mil, jada.weaver@dla.mil
(scott.lesh@dla.mil, jada.weaver@dla.mil)
- Small Business Set-Aside
- 8A 8(a) Set-Aside (FAR 19.8)
- Description
- DLA Distribution has identified a need for labor and logistics support services to perform a wide range of warehouse and distribution operation service requirements to support surge and non-recurring services which will be advertised under solicitation SP3300-20-R-5004. The scope of this requirement includes all management, personnel, and supervision, in addition to materiel, tools, equipment, transportation and any other items and services to meet the requirements of the Performance Work Statement. The contractor currently performing similar services for DLA Distribution is Technica, LLC under contract SP3300-16-D-5002.� This contract is currently set to expire February 8, 2021. The acquisition includes requirements that encompass support to Distribution Center operations and other DLA Distribution or DLA initiatives for workload surges; unforeseen, unplanned workload; contingency operations; and special projects. Operations and initiatives may include but are not limited to: Government workforce augmentation.� The Contractor may be required to work alongside a government and/or contract workforce already providing mission support operations for surge workload, other distribution support or special project initiatives. Warehouse Support Operations.� The Contractor may be required to perform warehouse and distribution requirements/operations in government and/or contractor owned warehouses, providing all management, supervision, personnel, facilities, operating materials, supplies, and material handling equipment (MHE). Depot contract support.� The Contractor may be required to provide warehousing and distribution services at a DLA Distribution Center if an operating contractor is found unable to continue in the performance of the contract support requirements. Government Contingency Operations.� The Contractor may be required to support CONUS/OCONUS Government contingency operations to include but not limited to humanitarian and warfighter support operations.� Support may include but is not limited to furnish all facilities, transportation, labor, MHE/equipment and supplies necessary to perform the support operations.� Environmental conditions may include extremes of temperature, physiologic demand (water, mineral, salt, and heat management), and poor air quality (especially particulates), while the operating conditions may impose extremes of diet (to include fat, salt, and caloric levels), discomfort, sleep deprivation, emotional stress, and circadian disruption. Department of Defense exercise support.� The Contractor may be required to support exercise operations of the US Government and its Allies.� The requirement is for an Indefinite Delivery Indefinite Quantity contract with a five-year ordering period, which will include a three-month transition period.� The estimated period of performance dates for this requirement are shown below. � Performance Period 1:� November 11, 2020 � November 10, 2021* Performance Period 2: �November 11, 2021 � November 10, 2022 Performance Period 3: �November 11, 2022 � November 10, 2023 Performance Period 4:� November 11, 2023 � November 10, 2024 Performance Period 5: �November 11, 2024 � November 10, 2025 *Includes 90 day transition � This acquisition will be competitively solicited to eligible 8(a) firms utilizing FAR Part 15, Contracting by Negotiation, procedures. Proposals will be evaluated in accordance with FAR 15.101-1, Tradeoff process. It is anticipated that contract award will be made in November 2020. � The NAICS code and Size Standard are 493110 and $30 million, respectively. All documents related to this notice will be posted to the beta.sam.gov 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 for the above stated requirement is anticipated the third week in March, 2020. A pre-proposal conference will be scheduled. Further information and instructions for registering for the pre-proposal conference will be posted to the beta.sam.gov website. � Any questions concerning this acquisition should be directed to the Acquisition Specialist, Scott Lesh at scott.lesh@dla.mil �AND Contracting Officer, Jada Weaver at Jada.Weaver@dla.mil. All questions should be submitted in writing via email to the above points of contact.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/02117d86990143c584fbdd2d6aaeb2ad/view)
- Record
- SN05566840-F 20200222/200220230147 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |