Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 17, 2025 SAM #8452
SOLICITATION NOTICE

S -- DLA Distribution Expeditionary Capabilities Contract (DECAP)

Notice Date
1/15/2025 7:27:23 AM
 
Notice Type
Presolicitation
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
DLA DISTRIBUTION NEW CUMBERLAND PA 17070-5008 USA
 
ZIP Code
17070-5008
 
Solicitation Number
SP330025R5001
 
Response Due
1/31/2025 12:00:00 PM
 
Archive Date
01/15/2026
 
Point of Contact
Scott Lesh, Phone: 7177704245, DAVID.R.JR GILSON, Phone: 717-770-4496
 
E-Mail Address
scott.lesh@dla.mil, david.gilson@dla.mil
(scott.lesh@dla.mil, david.gilson@dla.mil)
 
Awardee
null
 
Description
DLA Distribution has identified a need for global rapid deployment capabilities to support contingency, emergent, surge, and other distribution/disposition services, such as urgent global contingency responses and global humanitarian and disaster relief responses for DLA, DoD and other Whole of Government Customers, which will be advertised under solicitation SP3300-25-R-5001.Due to significant increases in operational requirements in support of military, contingency, humanitarian assistance/disaster relief (HA/DR), foreign disaster relief (FDR), defense support of civil authorities (DSCA), and interagency support operations, DLA Distribution and DLA Disposition Services require a rapid response capable contractor work force that can be called upon to perform dynamic storage, distribution, disposition, and reutilization operations support for requirements globally. The requirements to be executed under this contract will often be mission-critical storage and distribution services for the United States (U.S.) military and other U.S. federal agencies. Requirements will primarily consist of contingency, emergent, urgent global contingency response, global HA/DR response, urgent surge services at new and existing locations and at locations where a Government workforce is concurrently performing, and other routine distribution/disposition services. A deployable warm contingency of a trained, deployable workforce with deployable MHE will be required throughout the duration of the contract. The deployable warm contingency must be able to deploy globally within seven days to support urgent contingency/humanitarian requirements. All supervision and personnel, materials, tools, equipment, transportation, and any other items and services not provided by the Government must be provided. Task orders may require, but are not limited to, furnishing facilities, equipment, materials, and supplies globally. Task orders will be performed simultaneously and at multiple sites. Maintaining a ready and trained workforce with the appropriate personnel clearances, IT eligibilities, and DoD Common Access Card (CAC), is required.The requirement is for an Indefinite Delivery Indefinite Quantity contract with a five-year base ordering period and a five-year optional ordering period. The estimated ordering periods are shown below. Five-Year Base Ordering Period: January 5, 2026 ? January 4, 2031*Five-Year Option Ordering Period: January 5, 2031 ? January 4, 2036*Includes three-month phase-inThis acquisition will be solicited as an unrestricted procurement under FAR Part 15, Contracting by Negotiation. Contract award will be made on the basis of competition. It is anticipated that contract award will be made in November 2025.The NAICS code and Size Standard are 561210 and $47 million, respectively. All documents related to this notice will be posted to the 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 on or about February 4, 2025. Any questions concerning this notice shall be directed to the Acquisition Specialist, Scott Lesh at scott.lesh@dla.mil AND Contracting Officer David R. Gilson Jr. at david.gilson@dla.mil. All questions should be submitted in writing via email to the above points of contact. Contracting Office Address:5430 Mifflin Ave, Suite 3102A New Cumberland, Pennsylvania 17070-5008United StatesPlace of Performance: UnknownPrimary Point of Contact: Scott Leshscott.lesh@dla.milPhone: 717-770-4245Alternate Point of Contact: David R. Gilson Jr.David.gilson@dla.milPhone: 717-770-4496
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/bc34c1575e8e4c2f8be92c86aafb807d/view)
 
Record
SN07313649-F 20250117/250115230101 (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.