Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 2,2000 PSA#2591

Defense Supply Center Columbus, PO Box 16595, DSCC-PBAB, Columbus, OH 43216-6595

59 -- DSCC-S9E FOLLOW ON TO ORIGINAL DISTRIBUTOR PARTNERSHIP CONCEPT FOR COTS ITEMS SOL SPO900-00-R-X055 DUE 053101 POC David Glasscoe 614-692-7653 WEB: DSCC Corporate Contract/Tailored Support Solicitations, http://www.dscccols.com/programs/corporate_contracts/cc.asp. This notification is to inform Vendors of our follow-on solicitation, to be issued on 1 June 00, to our original Distributor Partnership solicitation/concept. Changes have been made to the original concept based on lessons learned. Please read the STATEMENT OF OBJECTIVES closely. STATEMENT OF OBJECTIVES: DLA's vision is to be the Best Value provider for their customers, the Armed Forces of the United States. Their goal is "Right Item, Right Time, Right Place, Right price". To achieve this, DLA plans to radically reengineer their logistics process by shifting to commercial practices. The government can no longer afford to invest large sums of money on inventory, but must instead leverage existing private sector capabilities, while at the same time satisfy the Warfighter's requirements. The Defense Supply Center Columbus (DSCC) -- Commodities (Electronics), currently manages 1.2 million items in 9 Federal Supply Groups (FSG's) and in more than 83 Federal Supply Classes (FSC's). For a list of the applicable FSC's see the "Commodities-Based Application Group" web page, address: http://www.dscc.dla.mil/Offices/Commodities/index.html. Commodities processes over 2 million requisitions and over 60,000 awards annually in support of more than 1200 weapon systems. Approximately 45 percent of the awards are processed by an automated system, while the remainder are done manually. Over half of the manual awards are under $2,500, and have an average administrative lead time over 70 days. A large percentage of the items procured by Commodities are expected to be commercial off-the-shelf (COTS) items. In an effort to reduce logistics response time, reduce inventory levels, and increase readiness, of COTS items, DSCC intends to establish DISTRIBUTOR PARTNERSHIPS with suppliers capable of providing COTS items within 10 days. Therefore, offerors are invited to submit a list of up to 1000 electronic COTS items which can be delivered within 10 days. All proposed items must have a corresponding National Stock Number (NSN)currently managed by the Commodities Directorate. This procurement is unrestricted, full and open competition. FOB will be destination. The solicitation will remain open continuously for a period of one year. Offerors are invited to submit a proposal any time during the open period. Offerors will not be evaluated against each other. In an effort to make awards against this solicitation as quickly as possible, the government intends to evaluate proposals immediately upon receipt, in the order they are received, in lieu of waiting until after the closing date. As soon as a proposal has been evaluated, the government may make an award against that proposal. Contracts may be awarded before the solicitation closing date. All responsible offerors will be eligible to receive an award for their proposed items that meet the technical, delivery, and price requirements as stated further in this solicitation. Proposals may be evaluated concurrently. In the event more than one acceptable proposal is received for the sameitem(s), the offeror, whose proposal was received the earliest by DSCC (Bid Room), will receive the delivery orders for that item(s). If, during the contract period, that awardee fails to perform in accordance with the contract requirements for that particular item(s), the government may stop issuing delivery orders for that item(s) to the initial awardee, and begin issuing delivery orders for that item(s) to the offeror whose proposal for that item was received the next earliest. The contracts are expected to be Firm Fixed Price Indefinite Delivery Type contracts. The length of the contracts will be 18 months. The contracts are expected to have different starting dates, however, all contracts will expire 18 months from their inception. Each contract will have a minimum guarantee of 10% of the estimated contract dollar value at time of award. Without knowing which items will be proposed, the government, at this time, cannot estimate the dollar amounts of the contract(s). Likewise, the estimated quantity the government will order during the contract period is unknown. Contractual estimates and maximums will be established and agreed to prior to award. However, vendors may request a preliminary scrub of their items in order to obtain estimated requirements prior to submission of their proposal by contacting David Glasscoe at 614-692-7653. All delivery orders will be for direct delivery shipments to the using activity. Delivery orders will be issued by DSCC using Electronic Data Interchange (EDI). Successful offerors must have EDI capabilities. At some point, the government may choose to place orders through the use of credit card purchases directly by the customers. COPIES OF THE SOLICITATION WILL BE AVAILABLE 1 JUNE 00 BY FAXING REQUESTS TO 614-692-2262. DEADLINE FOR RECEIPT OF BIDS IS 31 MAY 01. Posted 04/28/00 (W-SN449730). (0119)

Loren Data Corp. http://www.ld.com (SYN# 0204 20000502\59-0015.SOL)


59 - Electrical and Electronic Equipment Components Index Page