Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 16, 2017 FBO #5837
MODIFICATION

10 -- Small Arms Long Term Contract – 100% Small Business Set-Aside

Notice Date
11/14/2017
 
Notice Type
Modification/Amendment
 
NAICS
332994 — Small Arms, Ordnance, and Ordnance Accessories Manufacturing
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, DLA Land and Maritime, P O Box 3990, Columbus, Ohio, 43218-3990, United States
 
ZIP Code
43218-3990
 
Solicitation Number
SPE7MX-17-R-0111
 
Archive Date
8/15/2017
 
Point of Contact
Charles E. Mielke, Phone: 4193452481
 
E-Mail Address
charles.mielkeii@dla.mil
(charles.mielkeii@dla.mil)
 
Small Business Set-Aside
N/A
 
Description
The purpose of this Amendment is to dissolve the 100% small business set-aside for CLIN 0004, NSN 1005005723205 and CLIN 0008, NSN 1005014318324 only. The solicitation is being reopened for CLIN 0008 and is unrestricted with full and open competition. The solicitation's closing time is December 15th, 2017 1:00 pm EST. This Amendment, along with Amendment 0001 and SPE7MX-17-R-0111, must be signed, dated and returned by the above date and time. The following clauses are not applicable to CLINs to 0004 and 0008: 52.219-06 NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE (NOV 2011) FAR 52.219-14 LIMITATIONS ON SUBCONTRACTING (NOV 2011) FAR The following clauses are added and are applicable only to CLINs 0004 and 0008: 52.219-04 NOTICE OF PRICE EVALUATION PREFERENCE FOR HUBZONE SMALL BUSINESS CONCERNS (OCT 2014) FAR 52.219-09 SMALL BUSINESS SUBCONTRACTING PLAN (OCT 2015) FAR 52.219-16 LIQUIDATED DAMAGES - SUBCONTRACTING PLAN (JAN 1999) FAR 252.219-7003 SMALL BUSINESS SUBCONTRACTING PLAN (DoD CONTRACTS) (OCT 2014) DFARS 52.242-05 PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS (JAN 2017) FAR The following evaluation factor is added to Section L of the solicitation and is applicable to CLINs 0004 and 0008 only: 5. SOCIOECONOMIC PROPOSAL: In addition to, and separate from, any subcontracting plan required by the clause 52.219-9, provide a description of the current and future efforts your company will make to assure that small, small disadvantaged, service-disabled veteran-owned, HUBZone, and women-owned small business concerns will have equal opportunity to compete for subcontracts under any resulting contract. Also include the extent of participation from any historically black colleges or universities and minority institutions in the performance of the contract. Describe your current and planned proposed range of services, supplies, and any other support that will be provided to you by these businesses. Include specific names of subcontractors to the extent they are known. For CLINs 0004 and 0008 only, Section M, on pages 46-48 of the solicitation, is replaced in its entirety with the following: EVALUATION FACTORS FOR AWARD General Basis for Award: ( x ) Multiple Awards: The Government intends to make an award to the offeror that represents the best value to the Government. Additional awards for the same item or items may be made to offeror(s) representing the next best value(s). Award(s) will be made in the combination that will assure the Government needs in terms of delivery, quality, and price will be met during the life of the contract(s). However, the government will award no more than 2 contracts per NSN or CLIN groups as a result of the solicitation. ( ) Single or Split Awards: The award of each individual item of supply specified in this solicitation will be made to the responsible offeror whose offer conforms to the solicitation and is most advantageous to the Government. In making the best value determination, the Government will make a comparative assessment of the offerors. All proposals will be evaluated to determine that the offered price(s) reflects a technical understanding of the requirement and those considered unrealistic may be rejected. Evaluation Factors: The Government will base the determination of best value on a comparative assessment of the offeror's prices, past performance, and other evaluation factors as identified in this solicitation. The determination of best value also considers the relative importance of the evaluation factors. All evaluation factors, other than price, when combined are: ( x ) approximately equal to price; or ( ) significantly less important than price. As the evaluated price becomes more equal, relative importance of all other evaluation factors become more significant. ( ) significantly more important than price. As other evaluation factors become more equal, the evaluated price becomes more important. The final award decision may be made through a trade-off between price and the non-price factors. The following factors, ranked in descending order of importance, will be considered in the evaluation of proposals received under this solicitation: 1. Price 2. Past Performance 3. Proposed Delivery 4. Surge and Sustainment 5. Socioeconomic Support 1. PRICE: The offer identified in this solicitation and, if indicated, the following: ( x ) DLAD 52.216-9013, Evaluation of Offers for Indefinite Delivery Type (IDT) Solicitations ( ) DLAD 52.216-9013, ALT I, Evaluation of Offers for IDT Solicitations ( x ) Other (i.e. Government First Article Testing, Contractor First Article Testing, Data, etc.) Evaluation of Offers - Government First Article Testing The cost to the Government for first article testing shall be a factor in evaluating offers. The Government's testing cost will be added to the offered price of the applicable item. Unless cited elsewhere in this solicitation, the testing cost is shown below: Item Government testing cost NSN 1005-00-572-3205 $11,009.63 Evaluation of Offers - Contractor First Article Testing The cost offered by the contractor for performing the contractor first article testing shall be a factor in evaluating offers. The contractor's testing cost will be added to the total offered price of the applicable item. The Government will also evaluate the reasonableness of offered prices. 2. PAST PERFORMANCE: Past performance includes but is not limited to, the offeror's record of conforming to specifications, to the standards of good workmanship, adherence to contract schedules, commitment to customer satisfaction, and cooperative behavior. The Government will use the past performance evaluation factors marked below: ( x ) Past Performance Information Retrieval System - Statistical Reporting (PPIRS-SR) ( x ) Socioeconomic Support The Government may solicit information from an offeror's customers and business associates; federal, state, and local government agencies; and from other persons and organizations as deemed necessary. The Government reserves the right to limit the number of references it decides to query and to contact references other than those provided by the offeror. Past Performance Information Retrieval System - Statistical Reporting (PPIRS-SR): The Government will consider the offeror's PPIRS-SR score/ranking and any other information provided relating to the offeror's performance (see Section L). Evaluation of PPIRS-SR delivery assessments will be based upon a numerical scale ranging from 0 (low) to 100 (high). If no delivery records are found in PPIRS-SR, no delivery score will be assigned to the offeror for that specific FSC. Quality performance will be assessed based upon relative ranking among all offerors within a given FSC. In the case of an offeror without a record of relevant past performance or for whom information on past performance is not available in the PPIRS-SR, the offeror will be evaluated neither favorably nor unfavorably on past performance. ssification calculations and contractor data challenge procedures, er References at http://www.ppirs.gov/ Socioeconomic Support: Performance will be considered on prior contracts for: ( x ) Subcontracting with small, veteran-owned small, service-disabled veteran-owned small, HUBZone small, and women-owned small business concerns; and historically black colleges and universities, and minority institutions, including compliance with the requirements of FAR 52.219-8 - Utilization of Small Business Concerns, FAR 52.219-9 - Small Business Subcontracting Plan, and DFARS 252.219-7003 - Small, and Women-Owned Small Business Subcontracting Plan (DoD Contracts) 3. PROPOSED DELIVERY: Offerors will be evaluated based on their offered delivery as compared to the Government's required delivery. Preference may be given for offered deliveries that are shorter than the required delivery. 4. SURGE AND SUSTAINMENT: See DLAD Procurement Note, M07 Surge and Sustainment (S&S) Evaluation 5. SOCIOECONOMIC SUPPORT: If a subcontracting plan is not required, all references to Historically Black Colleges and Minority Institutions in Section L, under Socioeconomic Proposal, are deleted will not be considered in the evaluation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCC/SPE7MX-17-R-0111/listing.html)
 
Record
SN04740087-W 20171116/171114231501-ca0348d02d82da9dd326661ef0b1546e (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.