Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 16, 2013 FBO #4130
MODIFICATION

53 -- Commercial Fastener Initiative

Notice Date
3/14/2013
 
Notice Type
Modification/Amendment
 
NAICS
332722 — Bolt, Nut, Screw, Rivet, and Washer Manufacturing
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, DLA Troop Support - Industrial Hardware, 700 Robbins Avenue, Philadelphia, Pennsylvania, 19111-5096, United States
 
ZIP Code
19111-5096
 
Solicitation Number
SPM5EN13R0002
 
Archive Date
5/30/2013
 
Point of Contact
Kellie Farrell, , Lisa Samocki,
 
E-Mail Address
kellie.farrell@dla.mil, lisa.samocki@dla.mil
(kellie.farrell@dla.mil, lisa.samocki@dla.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Pre-Solicitation Notice PR Number: IQC12318009006 Various Commercial Fasteners The Defense Logistics Agency (DLA) is transforming the way it orders, receives, accounts for, and distributes commercial fasteners in FSC 5305, 5306, 5307, 5310, 5320, 5330, 5331, 5340, 5355, and 5360, for its customers. The intended award shall be a Commercial Fastener Tailored Logistics Support (TLS) Program contract. In order to transform these functions, DLA will need an integrated supply solution strategy that relies on a level of contractor support that includes forecasting collaboration with customers, total supply chain management, distribution/warehousing, quality control, customer direct support, compliance with Time Definite Delivery (TDD) timeframes, data management, and achieving a minimum material availability of 90% at the start of the contract progressing to the minimum acceptable level of 95% in year 4. There are approximately 6000 items listed on the Price Evaluation List of items (formerly identified as the Core List of items) that will be evaluated and awarded under this solicitation. Offerors must submit offers on at least 90% of the Price Evaluation List items to be considered for award on any Price Evaluation List of items. Each item will be evaluated and awarded utilizing Best-value, Tradeoff Source Selection Procedures. Offers submitted on an "all or none" basis will not be considered for award. The Government will make one award to the responsible offeror, whose offer meets or exceeds the terms and conditions set forth in the solicitation, and whose offer is the most advantageous to the Government considering price and past performance. Past performance is significantly more important than cost or price. In addition, the Government has identified approximately 199,636 additional items that may be added to the resultant contract on a post award basis via the Add/Delete Clause. The contract maximum dollar value is $84,064,538.09. In accordance with FAR 19.102 (f)(5) this acquisition is being solicited as a 100% Small Business Set-Aside with a Waiver of the Non-Manufacturer Rule. The Non-Manufacturer Rule requires that the actual manufacturer or processor be a small business concern. This applies to all items that are fully competitive or for which a domestic small business manufacturer or processor exists. Thus, the Waiver of the Non-Manufacturer Rule applies only to those items where no known domestic small business manufacturers or processors can reasonably be expected to offer a product meeting the requirements of the solicitation. This solicitation requests offers on a customer direct basis only. Pricing for all items must be FOB Destination, with the exception of Foreign Military Sales (FMS) items requiring FOB Origin and Inspection/Acceptance Origin. Delivery is for customer direct support in compliance with TDD timeframes. TDD according to Issue Priority Group (IPG) is as follows: IPG I = Requisition Priority 1, 2 or 3 IPG II = Requisition Priority 4 - 8 IPG III = Requisition Priority 9 - 15 Delivery = IPG I - 2 days IPG II - 5 days IPG III - 12 days This solicitation will contain Surge and Sustainment (S&S) requirements. Buy American Act Certification applies. There are items contained in the solicitation that have the Qualified Supplier List (QSL) requirement. Only manufacturers/suppliers on the QSLM/QSLD will be eligible for an award pursuant to this solicitation. Note: The dealer (if applicable) and the manufacturer will need to be QSL certified at time of award. Therefore, inspection and acceptance on QSL items will be at destination. However, the Government reserves the right to Source Inspect any item. Material Pricing: Fixed material prices are established and are subject to an Economic Price Adjustment (EPA) pursuant to Clause 52.216-9030. Offerors are required to furnish pricing fixed material prices, on at least 90% of the line items in the price evaluation list, which will be subject to an Economic Price Adjustment (EPA) pursuant to Caluse 52.216-9030. The government guarantees that the successful contractor will receive, at a minimum, compensation equal to 10% of the estimated three year base dollar value of the contract excluding incentives and disincentives. Services Fees: These fees are only incurred to receive or issue the inventory transferred from DLA. Fixed Pricing is established for the level of performance to support demands over a 5-year ordering period, to include a 3-year base ordering period, and one (1) 2-year option period. All service fees will be paid out against the referenced additive CLIN. Service fees are priced as follows: Transition Fee: The contractor will be reimbursed for receiving and storing material transitioned from DLA's inventory. A flat cost per receipt will be established to cover the costs to receipt and stow DLA inventory transitioned to the contractor's plant. The total amount will vary with the number of shipments of Government-owned material made from the Depot to the Contractor. The fee is applicable throughout the entire contract. Contractor will bill monthly for receipts processed. Material Release Order (MRO) Throughput Fee: The contractor will be reimbursed for issuing material from the inventory transitioned from DLA and shipping to the DLA customer. A flat cost per order shipped will be established to cover the costs to receive the Material Release Order from DLA, pull DLA material from contractor's shelves, and package and ship (including transportation) the DLA material to the customer. The total amount will depend on the amount of inventory transitioned from DLA to the contractor, and customer orders. The fee is applicable throughout the entire contract. Contractor will bill monthly for orders shipped. Contractor performance will be governed by Fill Rate Metrics. Performance will be evaluated at the end of each performance period to determine compliance with the metrics and to compute the amount of incentive/disincentive the contractor earned for that performance period. This will be detailed in the Statement of Work (SOW) in the solicitation. The contract awarded as a result of this solicitation will be an Indefinite Quantity Contract (IQC) with a base period of 3 years and 1 two-year option period. An Economic Price Adjustment (EPA) will apply to the option period in accordance with DLAD 52.216-9030 set forth in the solicitation. The solicitation is scheduled to issue on March 14, 2013. The date is subject to change. A copy of the solicitation and all attachments including, but not limited to, the item description pages, pricing spreadsheet, surge and sustainment NSN requirements, historical 5-year demand data, wholesale inventory level at warehouses, and the universe of items will be available via DLA Internet Bid Board System (DIBBS) as well as the following website: http://www.troopsupport.dla.mil/Hardware. All responsible sources will be able to submit a proposal which will be considered by DLA Troop Support. For additional information, please email a request to Kellie.Farrell@dla.mil or Lisa.Samocki@dla.mil. This is NOT a Request for Proposal, Request for Quotation, or Invitation for Bid. The Government is in no way obligated to purchase any material as a result of this notice.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/b5aeefa9cea4fd539f864a8f9d3fedb1)
 
Place of Performance
Address: DLA Troop Support, Industrial Hardware, 700 Robbins Avenue, Philadelphia, Pennsylvania, 19111, United States
Zip Code: 19111
 
Record
SN03012030-W 20130316/130314235001-b5aeefa9cea4fd539f864a8f9d3fedb1 (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 |
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.