SOLICITATION NOTICE
42 -- Fire and Emergency Services Equipment Tailored Logistics Support Program:
- Notice Date
- 11/21/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 339999
— All Other Miscellaneous Manufacturing
- Contracting Office
- Defense Logistics Agency, DLA Acquisition Locations, DLA Troop Support - Construction & Equipment, 700 Robbins Avenue, Philadelphia, Pennsylvania, 19111-5096, United States
- ZIP Code
- 19111-5096
- Solicitation Number
- SPM8EH-12-R-0009
- Archive Date
- 1/26/2013
- Point of Contact
- Carolyn Zdunkiewicz, Phone: 215-737-8329, Anthony J. Piccari, Phone: 215-737-4190
- E-Mail Address
-
Carolyn.Zdunkiewicz@dla.mil, anthony.piccari@dla.mil
(Carolyn.Zdunkiewicz@dla.mil, anthony.piccari@dla.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Fire and Emergency Services Equipment Tailored Logistics Support Program: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation: SPM8EH-12-R-0009 will be issued as a Request for Proposal (RFP). DLA Troop Support intends to enter into Tailored Logistic Support (TLS) Indefinite Delivery Indefinite Quantity (IDIQ) contracts to support all types of fire and emergency services equipment including but not limited to: firefighting, safety, rescue, environmental, HAZMAT, domestic preparedness, first responder, search and rescue, and other emergency response equipment, related incidental services and training, listed under the general categories of Fire Fighting Equipment, Decontaminating and Impregnating Equipment, Safety and Rescue Equipment and Incidental Services Associated with Fire and Rescue Operations, to the Department of Defense (DoD), Federal agencies, state and local governments (under conditions specified by the Contracting Officer) and any other authorized customers located worldwide. In general, the scope of the Fire and Emergency Services Equipment Tailored Logistics Support Program (F&ESE TLSP) includes all types of fire and emergency services equipment including but not limited to: hoses, hose fittings, nozzles, tools, fire extinguishers, extinguishing agents, poles, ladders, rescue devices, self-contained breathing apparatus (SCBA) and other respiratory protection, shovels, regulators, uniforms, station and training wear and equipment, structural, shipboard, and forestry turn out gear and other protective products (e.g. gloves, boots, helmets, hoods, goggles, and protective clothing used for environmental, industrial, HAZMAT, weapons of mass destruction, terrorism, and first response personal protection), first response and search and rescue equipment and supplies, decontamination equipment, detection equipment, communication equipment and tools, suppression equipment, surveillance and alarm systems and system parts, propane and other fire and first responder training systems and other first responder equipment, emergency station vehicle exhaust and ventilation systems, breathing air compressors, emergency egress and protective systems, pumps, and generators. All items are commercial products or modified commercial products which are identified by manufacturer's part number, or commercial item descriptions. The F&ESE TLSP contracts will contain a base ordering period of 2 years, which includes a "ramp-up" period of 60 days if necessary. The contracts will also include a provision for a unilateral option on the part of the contracting officer to extend the contract for three option periods of twelve months each. The estimated value of this acquisition (inclusive of all contracts awarded and options) is $671 million over the five year term. The maximum dollar value of this acquisition (inclusive of all contracts awarded and options) is $872 million. FAR 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within _3_days___; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least _30__ days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed _____5 years______. The Government intends to make multiple awards, with each awarded contract to provide all items and complete service designated. Proposals will be evaluated using Best Value Tradeoff source selection procedures with non-price factors being significantly more important than price. Pricing will be based on a Price Evaluation List of 101 items that fall within the Scope listed above. After the contracts are awarded, pursuant to the fair opportunity requirements of FAR 16.505(b), all delivery orders will be competed among all awardees, except that the Government reserves the right to direct orders to a particular source under urgent circumstances, to meet contractual minimums, or to provide economy and efficiency as a logical follow-on to an order already issued in accordance with FAR 16.505(b)(2) Exceptions to the Fair Opportunity Process. Note that for this procurement, contractors shall only provide end items that are manufactured or substantially transformed in the United States or a Qualifying or Designated country, as set forth in FAR 25.003 and DFARS 225.003. Set-Aside Status: This acquisition will be solicited as a Total Small Business Set-Aside. The NAICS code is 339999 with a size standard of 500 employees. The RFP opening date is November 21, 2012. The RFP closing date is January 11, 2013 at 5:00 pm Eastern. A copy of this solicitation can be obtained through the DLA Internet Bid Board System (DIBBS). To locate the solicitation go to the DIBBS website go to https://www.dibbs.bsm.dla.mil/, from the menu bar select "RFP/IFBs", then conduct a search either through the "Search the RFP/IFB Database" or the "Solicitation Package Search" areas. Any questions regarding this announcement may be directed via email to Carolyn.Zdunkiewicz@dla.mil and Anthony.Piccari@dla.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCP-I/SPM8EH-12-R-0009/listing.html)
- Record
- SN02935592-W 20121123/121121234157-129b8c60045480c10c864590bee615c2 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |