SOLICITATION NOTICE
53 -- Red River Army Depot (RRAD) Industrial Product � Support Vendor (IPV) Successor
- Notice Date
- 10/31/2024 11:18:26 AM
- Notice Type
- Presolicitation
- NAICS
- 493110
— General Warehousing and Storage
- Contracting Office
- DLA LAND AND MARITIME COLUMBUS OH 43218-3990 USA
- ZIP Code
- 43218-3990
- Solicitation Number
- SPE7LX24R0036
- Response Due
- 12/13/2024 12:00:00 PM
- Archive Date
- 12/28/2024
- Point of Contact
- Trent Daniels, Phone: 6146924683, Miranda Coon, Phone: 6146929177
- E-Mail Address
-
Trent.Daniels@dla.mil, miranda.coon@dla.mil
(Trent.Daniels@dla.mil, miranda.coon@dla.mil)
- Description
- The purpose of this announcement is to advertise that the Defense Logistics Agency (DLA) Land and Maritime (L&M) is soliciting for an IPV Program successor initiative that will provide continued integrated product support for line-side delivery of bench stock requirements for maintenance/production lines at RRAD. The scope of this contract is for logistics support and total Supply Chain Management (SCM) in direct support of bench stock items for RRAD. Bench stock items are required for maintenance support and/or overhaul of all military weapons systems or related equipment. The bench stock items will normally be stored at or near the point of use (line-side support) in performance of the Maintenance, Repair, and/or Overhaul (MRO) of military weapons systems or related equipment. Bench stock items also include items that are not stored in a bin due to size or special storage requirements but are stored near the point of use. The magnitude of this effort to supply logistics support and total SCM for bench stock items at RRAD shall flex upward or downward depending upon the maintenance line activities. The Contractor is expected to have the flexibility to provide seamless, uninterrupted support when RRAD's requirements for bench stock items change or production line configurations and building location changes. The Contractor is required to use innovative methods and best commercial practices to furnish timely, cost efficient, integrated logistics support and SCM of bench stock items required by RRAD in its MRO of various military weapons systems or related equipment, together with related services and Information Technology Systems (ITS). The broad range of logistics support and total SCM tasks required by this contract includes, but is not limited to, the following: SCM and inventory management Parts acquisition Receiving, warehousing, and material issue Physical inventory control Distribution (line side presentation to the mechanic or artisan) Bin management � Forecasting Obsolescence management Dedicated program customer service representatives Kitting Quality assurance to ensure that the parts provided meet specifications and are maintained in the bins at the required levels. The ITS necessary to support the contract data, SCM functions, and invoice/billing requirements specified by the contract and the Implementation Plan(s); the ITS must interface with Government systems. The IPV contract is a performance-based contract structured around a Performance Work Statement (PWS). Performance-based contracting emphasizes that all aspects of an acquisition are based upon the purpose of the work to be performed as opposed to the manner in which the work is executed. The concept of performance-based contracting is designed to ensure the Contractor is given the freedom to determine how to meet the prescribed Government's performance objectives and defined quality levels. Payment will be rendered only for services that meet or exceed these levels. This successor initiative is a Performance-Based, Indefinite Quantity Contract (IQC) with Fixed-Price Incentives, and Economic Price Adjustments (EPAs). The IQC will be issued under Federal Acquisition Regulation (FAR) Part 12 and will consist of a three (3)-Year Base Period, two (2), two (2)-Year Option Periods, and six (6), 30-day, extensions that may be exercised at the discretion of the Government, for a total contract period of seven (7) years and six (6) months (7.5 years), if all options and extensions are exercised. his acquisition includes a complete Schedule of Supplies (SoS) for IPV at RRAD, which encompasses 9,985 items, of which 1,310 items shall be priced commercially (in order to be considered a responsive offer) to support RRAD. All fair and reasonable items [Contract Line-Item Numbers (CLINs)] will be awarded on an �All or None� basis. There will be one (1) group that consists of seven (7) CLINs. Based upon market research, the Government is using the policies contained in FAR Part 12 (Acquisition of Commercial Items) in its solicitation for the described requirement. This solicitation will be issued Unrestricted with Full and Open competition. Interested vendors may identify their interest and capability to respond to the requirement. The solicitation will be available on the DLA Internet Bid Board System (DIBBS) or about November 04, 2024, at: https://www.dibbs.bsm.dla.mil/RFP/�� The items under this acquisition may be subject to Agreement on Government Procurement approved and implemented in the Unites States by the Trade Agreements Act of 1979. All offers shall be in the English language and in United States (U.S.) Dollars. All responsible sources may submit an offer, which shall be considered. The North American Industry Classification System (NAICS) code for this procurement is 493110 � �General Warehousing and Storage� with an associated size standard of $34 million in annual receipts.� Proposals will be evaluated according to �best value� procedures utilizing the evaluation factors listed below. The Small Business Participation factor will be evaluated on an Acceptable/Unacceptable basis; any offeror rated Unacceptable will not be eligible for award and will not be considered in the tradeoff decision. In the trade-off decision, the remaining non-price factors (Technical and Past Performance), when combined, will be significantly more important than Price, but as other evaluation factors become more equal, the evaluated price becomes more important. Technical and Past Performance Factors will be of equal importance. Technical subfactors are equally important. Factor 1: Technical Subfactor A: Transition and Implementation Subfactor B: Management and Operations� Subfactor C: Quality Assurance Factor 2: Past Performance Factor 3: Small Business Participation Factor 4: Price This solicitation includes associated drawings and specifications and may have unique characteristics. These requirements are detailed in the Acquisition Item Description (AID) and all applicable clauses will be included in the solicitation will cross-reference the information in the AID. In order to obtain Technical Data, contractors can refer to the Tech Data tab at https://www.dibbs.bsm.dla.mil and DLA Collaboration Folders (cFolders) at https://pcf1.bsm.dla.mil/cfolders/. Problems with Technical Data or cFolders are addressed on the Tech Data tab and cFolders links. This system contains Bidsets, Engineering Data Lists (EDLs), and digitized drawings for open BSM-DIBBS procurements after 10/01/2006. For cFolders System Access Issues contact the DISA Global Service Desk at 1-844-347-2457. Note: System access requires the user to have an active DIBBS account. General questions can be answered by the DLA Product Data Customer Service Help Line at 1-804-279-3477. DLA has enhanced its Export Control Data Access registration and validation procedures, reference https://www.dla.mil/HQ/LogisticsOperations/EnhancedValidation/. Selected National Stock Numbers (NSNs) will require additional permissions to access the associated technical data. In the event a vendor cannot access the technical data for a NSN in DLA cFolders, the vendor must submit a onetime request to jcp-admin@dla.mil for technical data access consideration. If a vendor has inquiries after having submitted required information to the Joint Certification Program (JCP) office, these inquiries are to be directed to DLAJ344DataCustodian@dla.mil. DLA processes the vendor�s technical data request on a first come, first served basis. Failure to comply timely with required information may result in lack of consideration for DLA solicitations. It is vitally important that vendors provide correct company official name(s) and contact information in all correspondence. DLA will work diligently on validating vendor requests. Vendors will be notified within three (3) business days of when their requests were approved. However, DLA cannot guarantee that it can complete all validation requests by the due date for any solicitation responses.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/d752248a5d8a40c08c2a6b9c1071e12f/view)
- Record
- SN07254234-F 20241102/241031230115 (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 |