SOLICITATION NOTICE
99 -- Requirement is for supplies and full supply chain management and logistics support for multiple federal stock classes supporting multiple weapon system platforms. - NSN Listing
- Notice Date
- 4/30/2018
- Notice Type
- Presolicitation
- NAICS
- 332722
— Bolt, Nut, Screw, Rivet, and Washer Manufacturing
- Contracting Office
- Defense Logistics Agency, DLA Acquisition Locations, DLA Aviation - BSM, 8000 Jefferson Davis Highway, Richmond, Virginia, 23297-5000, United States
- ZIP Code
- 23297-5000
- Solicitation Number
- SPE4A2-18-R-0017
- Archive Date
- 5/30/2018
- Point of Contact
- Diane J Parker, Phone: 8042795754
- E-Mail Address
-
diane.parker@dla.mil
(diane.parker@dla.mil)
- Small Business Set-Aside
- N/A
- Description
- Complete list of NSN candidate population for Phase 1 of the proposed acquisition. This agency proposes to issue a solicitation for a long-term sole source umbrella contract with terms and conditions and a single priced subsumable contract, considered Phase 1, which will include customer direct support for various Federal Stock Classes (FSCs), to include but not limited to, 1660, 3040, 3110, 4730, 4810, 5305, 5310, 5330, 5365, 5999, 6150, 6680, 7690, and 9905. The National Stock Numbers (NSNs) to be included have one approved source of supply: M&M Aerospace DBA KLX Aerospace Solutions (KLX), CAGE 2N935, and are utilized on various weapon system platforms. The proposed contract will have requirements for both supplies and performance based supply chain management and logistics support which may include, but is not limited to, forecasting, demand planning, acquisition, storage, inventory management, packaging & shipping. The umbrella contract will have a base performance period of five years and one 5-year option period. The proposed acquisition will be a fixed price Requirements Type Contract with prospective price redetermination at the end of years 3, 6, & 8. The acquisition will use a combination of FAR Part 12 and FAR Part 15 procedures. Performance metrics to include incentives and disincentives will be included and described in the performance work statement. Phase 1 is anticipated to be awarded as a subsumable priced contract under the umbrella contract with all terms and conditions of the umbrella contract being applicable and is expected to be awarded simultaneously with the umbrella contract. Phase 1 is identified as performance based supply chain management of and logistics support for potentially 30,000 Honeywell proprietary parts licensed exclusively to KLX with exclusive manufacturing rights, where KLX is the exclusive authorized distributor. Initial award is anticipated for 287 NSNs however a candidate population of 820 NSNs has been identified. A list of the 820 NSNs is included in this synopsis. This Phase of support is twofold: 1) providing the supplies identified, and 2) providing full supply chain management and logistics support for the supplies in accordance with required performance metrics. In order to be eligible for award, offerors must be able to provide both the supplies portion of this requirement and the supply chain management portion of this requirement. Future phases of contractor support may include repair or remanufacturing of reparables, acquisition of other sole source Original Equipment Manufacturer (OEM) parts which are licensed exclusively to or authorized for distribution by KLX, Inc. only, and integration support. When a future Phase is considered for implementation into the contract, the requirement(s) will be synopsized and NSNs will be identified. A separate subsumable priced contract will be issued for each Phase. The solicitation is expected to be issued on May 18, 2018 with a closing date of July 2, 2018. A copy of the solicitation will be available via the DLA-BSM Internet Bid Board System (DIBBS) at https://www.dibbs.bsm.dla.mil on the issue date cited in the solicitation. If any non OEM source is interested in the NSNs identified, please notify the Contracting Officer at diane.parker@dla.mil prior to the synopsis closing date. Surplus dealers are also invited to respond to this synopsis and any responses should comply with Procurement Note C04, Unused Former Government Surplus Property and provide adequate traceability documentation to show the product is the same as required. Responses to this announcement should identify items of interest and include evidence of ability to manufacture, or legitimately obtain, the items along with the quantity available and price. All notices of interest should be forwarded to the Contracting Officer identified herein and the SBA PCR ( michael.massello@sba.gov ). The Government may alter the acquisition strategy if purchase of existing surplus or newly-manufactured inventory is in the best interest of the Government.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCR-BSM/SPE4A2-18-R-0017/listing.html)
- Record
- SN04905619-W 20180502/180430231005-e80ded4c124f661ddf2a1c6da54b479b (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 |