Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 23, 2024 SAM #8152
SOLICITATION NOTICE

42 -- Presolicitation Notice

Notice Date
3/21/2024 12:43:14 PM
 
Notice Type
Presolicitation
 
NAICS
332 —
 
Contracting Office
DLA TROOP SUPPORT PHILADELPHIA PA 19111-5096 USA
 
ZIP Code
19111-5096
 
Solicitation Number
SPE8E524R0001
 
Response Due
4/11/2024 12:00:00 PM
 
Archive Date
04/26/2024
 
Point of Contact
Alyson White, Phone: 215-737-0943, Matthew Eckenrode, Phone: 215-737-0585
 
E-Mail Address
Alyson.White@dla.mil, Matthew.Eckenrode@dla.mil
(Alyson.White@dla.mil, Matthew.Eckenrode@dla.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
DLA Troop Support intends to issue a Request for Proposal (RFP) for a fixed price with economic price adjustment, Indefinite Delivery Indefinite Quantity (IDIQ) Contract for 39 NSNs classified under the Wildlands Fire Protection Program (WFPP). The acquisition is for Water Handling accessories. Although the specific details on the following information will be included within the solicitation, the following list of items are intended to summarize key aspects of this solicitation and resulting contract(s): This acquisition is DLA Troop Support�s initiative for the Wildlands Fire Protection Program. The solicitation will consist of 39 NSNs: Fire WYE Connection, Fire Hose Tip Nozzle, Fire Reducer Hose, Fire Increaser Hose, Fire Coupling, Hose Cap, Fire Equipment Nozzle, and Spanner Wrench. Offerors are advised that dependent on the item, Berry Amendment, Restriction on Acquisition of Hand or Measuring Tools, and Buy American Act apply. This solicitation will be set aside 100% for small business. The Government intends to award an Indefinite-Delivery Indefinite-Quantity Contract (IDIQ) with an Economic Price Adjustment (EPA), and the performance period will potentially be five (5) years: a Base Period of two (2) years and three (3), one (1) year options. For this solicitation, the EPA will be linked to the Producer Price Index Industry Data. See Procurement Note C09, formerly DLAD 52.216-9030 Economic Price Adjustment- Department of Labor Index for more information. The following PPI Index will be utilized for option year price adjustments: PCU 33291. Offerors are advised to read the full text version of Procurement Note C09, Economic Price Adjustment � Department of Labor Index (JUN 2020) to gain a thorough understanding of this clause.� Please be advised the unit price offered by the vendor and accepted by the Government will apply to the two (2) year base period. An EPA will be used to adjust unit prices annually for the ensuing three (3) option years and will have a maximum increase of 25% per year adjustment. FAR Part 12 Acquisition of Commercial Items and FAR Part 15 Contracting by Negotiation procedures will be utilized. Proposals will be evaluated according to Lowest Price Technically Acceptable (LPTA) with a line by line evaluation.� Please note that for price evaluation purposes ONLY, the Government will use the unit price submitted for the base period as the evaluation factor for the option year prices. The Government will make one or more awards, as a result of this solicitation, to the responsible offeror(s), offering the lowest evaluated price on a line by line basis, whose offer conforms to all the terms and conditions set forth in the solicitation. Post-award requirements will be automatically sourced to the awardee in the form of Delivery Orders at the contracted unit price. There will be no minimum or maximum quantity per delivery order. The solicitation and resulting contracts will contain a contract guaranteed minimum per awardee and a contract maximum dollar value per awardee and a program maximum dollar value. Each individual contract will have a guaranteed minimum of two (2) percent of the annual estimated dollar value of the lines awarded.� The total maximum dollar value obligation allowable under this acquisition is $49 million.� The maximum dollar value for EACH contract awarded under this solicitation is $49 million. The Government intends to make an award based on initial offers; however, the Government reserves the right to conduct discussions, if necessary. Offerors are encouraged to submit their �best proposal� in response to this solicitation. Material will be processed under individual delivery orders (DOs) to be delivered to a specific Defense Distribution Center (i.e., Defense Depot Tracy, CA) located within the Continental United States (CONUS).� Specific delivery instructions will be included on each delivery order. The Government reserves the right to add Customer Direct and DLA Direct locations (i.e., Defense Depot New Cumberland, PA) via the Add/Delete clause Procurement Note L27 (AUG 2017). The delivery orders issued against the resultant contract shall be placed via Electronic Data Interchange (EDI). An application providing for the automatic generation and electronic transmission of delivery orders against long term contracts will be used. All offerors are cautioned to anticipate the contractual requirement to provide the name and address of the Value Added Network (VAN) or other service to be used for the EDI transactions provided for under the resultant contract(s). The Water Handling Accessories contain Government First Article Test (FAT) requirements. First Article testing is required unless a First Article Test Waiver is obtained. The delivery period with First Article Testing (FAT) is 210 days for the first delivery order and for items without FAT, the delivery period will be reduced. The annual quantities listed in this solicitation are only estimates from data available to the Contracting Officer at the time of solicitation. The Government is not obligated to purchase beyond the guaranteed minimum. Prior to submitting a proposal, one should take into account any business risks associated with the estimates in this solicitation. Delivery will be FOB DESTINATION. The Government required delivery schedule is 90 days, contingent on the quantity of an order. The NAICS code is 332919 and the size standard is 750 employees. This is NOT a Request for Proposal, Request for Quote, or Invitation for Bid. The Government is in no way obligated to purchase any material as a result of this notice. The estimated release date of the solicitation is April 25, 2024. The date is subject to change. A copy of the solicitation will be available via DLA Internet Bid Board System (DIBBS), https://www.dibbs.bsm.dla.mil/. All responsible sources will be able to submit a proposal which will be considered by DLA Troop Support.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/a5d9feefbaf74d15bc88a3a98e76671a/view)
 
Place of Performance
Address: Philadelphia, PA 19111, USA
Zip Code: 19111
Country: USA
 
Record
SN07005100-F 20240323/240321230046 (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 |
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.