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