SOLICITATION NOTICE
16 -- Integrated Prime Vendor - Gen II
- Notice Date
- 8/8/2003
- Notice Type
- Solicitation Notice
- Contracting Office
- Defense Logistics Agency, Logistics Operations, Defense Supply Center Philadelphia - General & Industrial, 700 Robbins Avenue, Philadelphia, PA, 19111-5096
- ZIP Code
- 19111-5096
- Solicitation Number
- SP0500-03-R-0075
- Point of Contact
- Frank Bruno, Contract Specialist, Phone 215-737-2148, Fax 215-737-9459,
- E-Mail Address
-
Frank.Bruno@dla.mil
- Description
- The contractor will employ a supplier/manufacturer network with the resources, finances and supply chain management capability to support planned and un-planned requirements. The logistics solutions will integrate the various sources of supply, thereby achieving robust competition at the supplier level, while still providing seamless interface with DLA and its customers. These sophisticated logistics solutions require a continuous open exchange of information between customer, supplier and DLA. A seamless logistics system with state of the art information technology and assured communications is essential for optimum support and total asset visibility. This program provides total supply chain management in support of consumables used in maintenance, repair and overhaul of weapon systems. The contractor will employ a combination of commercial and government (Defense Logistics Agency or DLA) sources of supply in the performance of logistics support. The contractor will also provide support of worldwide requirements for selected items, Just-In-Time support and at least 98 percent fill rates for all schedule of items requirements. There will be multiple solicitations; each solicitation may support one or more sites. The first solicitation will be issued on an unrestricted basis. The customer base for this initial solicitation includes NADEPS Cherry Point, Havelock, NC, Jacksonville, FL and North Island, San Diego, CA and their remote locations. The scope includes 39,050 National Stock Numbers (NSN) with a total estimated annual price of approximately $50,000,000. The Market Basket consists of 2,000 commercially sourced items and 2,000 DLA sourced items which is expected to represent the profile of commercially sourced and DLA sourced items for the contract term, which is a subpopulation of the schedule of items. Some items will be designated as world-wide-demand and some for site-only use. Unanticipated requirements will be supported by spot buys. Offerors are required to provide a unit price and a total price for each NSN, a material management price and a grand total evaluated price (Note: all estimated prices are fully burdened to include material cost, profit and f.o.b. destination). It is the Government?s intent to issue an Indefinite Quantity, Fixed-Price with EPA contract. The solicitation will contain a 3-year base period with two 2-year term options and one 3-year term option. The solicitation will utilize best value source selection procedures. The government will consider other factors in addition to price when evaluating proposals to determine the best overall expected value. Technical merit is considered significantly more important than price. The evaluation factors will be Technical Merit, Experience & Past Performance, Socio-Economic Consideration, Javits Wagner O?Day Considerations and DLA Mentoring Business Agreement Program. Deliveries will be Just-In-Time for the designated sites; offerors are also required to submit a delivery schedule for the World Wide Demand quantities. Note: Deliveries may vary among product lines; offerors are required to provide a delivery schedule for each of the 2000 commercially sourced items on the market basket. The deadline for receipt of proposals will be sixty (60) days from the solicitation issue date. The solicitation will not become available until the solicitation issue date. We plan on conducting site visits approximately two weeks after the solicitation issue date. The Schedule of Items and the Market Basket can be obtained, WHEN THE SOLICITATION IS ISSUED, by accessing the DSCP website at www.dscp.dla.mil/gi/general/ipvsites.htm.
- Place of Performance
- Address: NADEPs Cherry Point, Havelock, NC; Jacksonville, FL; North Island, San Diego, CA; and their remote locations; along with various DLA Depots in the continental USA for the world-wide-demand quantity.
- Record
- SN00395830-W 20030810/030808213203 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |