SOLICITATION NOTICE
61 -- Third Party Logistics Services
- Notice Date
- 6/8/2020 3:49:39 PM
- Notice Type
- Presolicitation
- NAICS
- 336419
— Other Guided Missile and Space Vehicle Parts and Auxiliary Equipment Manufacturing
- Contracting Office
- DLA AVIATION AT HUNTSVILLE, AL REDSTONE ARSENAL AL 35898-7340 USA
- ZIP Code
- 35898-7340
- Solicitation Number
- SPRRA2-20-R-0027
- Response Due
- 6/23/2020 3:00:00 PM
- Archive Date
- 07/08/2020
- Point of Contact
- Jean Paul Bretz, Al Condino
- E-Mail Address
-
jean.nretz@dla.mil, al.1.condino@dla.mil
(jean.nretz@dla.mil, al.1.condino@dla.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- Third Party Logistics Services For The Defense Logistics Agency, Huntsville, AL Multiple Award Indefinite Delivery/Indefinite Delivery Contracts � SPRRA2-20-R-0027 � �Document Type: Synopsis (Pre-Solicitation) Solicitation: SPRRA2-20-R-0027 Posting Date: 8 June 2020 Response Date: 23 June 2020 Solicitation Posting Date: Classification Code: NAICS Code: 336419; Other Guided Missile and Space Vehicle Parts and Auxiliary Equipment Manufacturing Place of Performance: CONUS, United States Set Aside: Total Small Business Set Aside (100% Small Business Set Aside) GENERAL INFORMATION: The Defense Logistics Agency (DLA), Aviation Division in Huntsville, AL is soliciting proposals on a total small business set aside, competitive basis for a Multiple Award Indefinite Delivery/Indefinite Quantity (IDIQ) �contracts for firms to act as a Third Party Logistics Supplier (3PL) for low demand low dollar National Stock Numbers (NSN) supplies to support various military commands.� These components are necessary to ensure the combat readiness of US Military forces. A total of 125 NSNs are targeted for this contract effort and it is anticipated that 120 will be priced for the initial contract award, 50 of which all offerors shall be required to submit a price proposal on.� Additional NSNs may be added to the contract pool in the future and shall be competed among the IDIQ contract pool. The period of performance for the awarded contract(s) is a Two (2) year base period and Three (3) � Two (2) year optional ordering periods, for a total of Eight (8) years. The total shared capacity for these multiple awards is $700M. NSNs shall be re-competed annually to all IDIQ contract holders.� On-ramp procedures (adding additional Contractors(s)) to the IDIQ pool shall not be used on this requirement. The Technical Data Packages �(TDPs) will be made available via a secure web site when the Request for Proposals is issued.� Interested Offerors shall forward an email indicating their interest and request for the TDPL access.� Request for the TDPL access shall include: Contact Name Contact Phone Number Contact Email Company Name Company Cage Code Number (as stated on SAM.gov) Company Size Standard JCP Certification Interested Offerrors may be required to have an active JCP Certification prior to being granted access to the TDPLs.� JCP certification can be obtained at the following web site: https://public.logisticsinformationservice.dla.mil/jcp/search.aspx LOCATION: Work under this requirement shall be at the Contractor(s) office.� Delivery of any ordered NSNs shall be to DLA warehouses located in the Contiguous United States.� DLA does not anticipate any NSNs to be delivered outside the Contiguous United States. Offerors must be able to provide all labor, materials, facilities, and equipment for performance of the 3PL requirements identified in the forthcoming solicitation and any issued delivery orders. �Offerors shall be cognizant of all applicable laws, regulations and guidance associated with the work being accomplished, and ensuring that all work activities performed by contractor personnel, sub-contractors and suppliers is executed as required by the applicable laws and regulations. BASIS FOR AWARD: This requirement shall be competed on a restricted total small business set aside. Proposals from large businesses shall not be accepted. DLA Huntsville intends of awarding up to Five (5) Contracts from the solicitation to the highest technically qualified offerors using FAR Part 15 best value tradeoff method.� Award(s) shall be made on the basis of technically capability, past performance, and price.� The Government will release 125 items for offerors to price. Each offeror must submit a price for a minimum of 60% of the items (125 items). Of the 125 NSNs, the Government has identified 50 NSNs that all Offerors are required to submit pricing on.� These required 50 NSNs shall be included in the 60% minimum discussed above. Offerors submitting a price for less than 60% (75) of the items, or not include pricing of the mandatory 50 items, may cause their proposal to be determined to be noncompliant with the terms of the RFP and determined to be unacceptable and therefore not eligible for award. The list of 125 NSNs has been attached to this synopsis/pre-solicitation notice. Limited or sole source NSNs have been identified. Offerors are required to use the Government identified limited or sole source vendors as identified on the NSN list. The 50 required NSNs have also bee identified. SUBMISSION REQUIREMENTS: Offerors must register in the System for Award Management (SAM) at www.sam.gov prior to submission of proposals. Contract(s) shall not be awarded to offerors who do not have an active sam.gov registration. This solicitation shall be issued in electronic format only. Paper copies of this solicitation will not be available. Other methods of requesting this solicitation shall not be honored. The solicitation shall be posted to beta.SAM web site at beta.sam.gov, and is available to contractors without charge. Contractors can search for the solicitation by the solicitation number. It is the offeror�s responsibility to check the internet address provided as necessary for any posted changes to this synopsis and all amendments and for the final solicitation posting. The solicitation will be posted on Beta.Sam on or around 23 June 2020. All questions shall be forwarded to the Points of contact denoted below in writing.� No questions shall be answered telephonically. Product line cards, statements of capability, or other promotional information packages shall not be accepted. � POINTS OF CONTACT: Mr. Jean Paul Bretz (Contract Specialist) Jean.Bretz@dla.mil Mr. Al Condino (Contract Specialist) Al.1.Condino@dla.mil THIS ACQUISITION CONTAINS TECHNICAL DATA WHOSE EXPORT IS RESTRICTED BY THE ARMS EXPORT CONTROL ACT (TITLE 22, USC., SEC 2751 ET SEQ) OR THE EXPORT ADMINISTRATION ACT (TITLE 50, USC., APP 2401-2402) EXECUTIVE ORDER 12470.��THIS INFORMATION CANNOT BE RELEASED OUTSIDE THE UNTIED STATES WITHOUT PRIOR APPROVAL OF THE GOVERNMENT. THIS ACQUISITION CONTAINS DATA WHICH IS CONSIDERED CRITICAL TECHNOLOGY AND HAS BEEN RESTRICTED FOR RELEASE OUTSIDE OF THE UNITED STATES. THIS INFORMATION CAN NOT BE RELEASED OUTSIDE THE UNITED STATES WITHOUT APPROVAL OF THE GOVERNMENT.�
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/e1f55ff4a78441fb85a639e2b5d8e85c/view)
- Place of Performance
- Address: Huntsville, AL, USA
- Country: USA
- Country: USA
- Record
- SN05683572-F 20200610/200608230151 (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 |