MODIFICATION
25 -- IPS- Military Vehicle Platform Support - SPE7LX18R0146
- Notice Date
- 8/1/2018
- Notice Type
- Modification/Amendment
- NAICS
- 336390
— Other Motor Vehicle Parts Manufacturing
- Contracting Office
- Defense Logistics Agency, DLA Acquisition Locations, DLA Land and Maritime, P O Box 3990, Columbus, Ohio, 43216-5000, United States
- ZIP Code
- 43216-5000
- Solicitation Number
- SPE7LX18R0146
- Archive Date
- 9/21/2018
- Point of Contact
- Jane Bennett, Phone: 6146921794, G. Douglas Peterson, Phone: 614-692-7470
- E-Mail Address
-
Jane.Bennett@dla.mil, George.Peterson@dla.mil
(Jane.Bennett@dla.mil, George.Peterson@dla.mil)
- Small Business Set-Aside
- N/A
- Description
- AS OF THIS DATE, AUGUST 1, 2018, THE FOLLOWING SYNOPSIS HAS BEEN MODIFIED AND REFLECTS THE FOLLOWING: DLA Land and Maritime intends to issue a solicitation for the purchase of consumable and Depot Level Reparable (DLR) NSN items, obsolescence management and engineering redesign in support of 10 military vehicles listed in the scope paragraph below. SCOPE: The scope of this acquisition is for supplies, obsolescence management/logistical support/inventory support and engineering redesign services for NSNs where BAE is an approved source of supply (specific to CAGEs 076M6, 06085, 80212, 0FW39, 6W728 and S3465) and which support the following military vehicle platforms: 1) Armored Multi-Purpose Vehicle (AMPV), 2) Bradley Fighting Vehicles, 3) Mine Resistant Ambush Protected (MRAP) Vehicles, 4) M113 Vehicles, 5) Paladin, 6) M109, 7) M88A2, 8)Assault Amphibious Vehicle, 9) Amphibious Combat Vehicle and 10) Assault Breacher Vehicle (ABV). This procurement intends to leverage the technologies, technical expertise, vehicle knowledge, supplier base knowledge, existing business relationships, and business practices of potential awardee(s) to provide the solicitation's objectives. The goals of this acquisition is to ensure industrial preparedness for the project's vehicles through obsolescence management, configuration management, and supply base maintenance; reduce lead times and backorders, while also providing a reduction in overall Government costs and improving delivery and response times. This acquisition contains two populations of NSNs. The items that will be purchased as consumable and DLR NSNs and the items that will be covered under obsolescence management. Attachment One (1) to this synopsis contains the solicitation's NSNs. There are two separate tabs to this attachment: Consumable and DLR NSNs. Attachment Two (2) contains a partial listing of the NSNs that the Government is requesting for obsolescence management reporting. This list is not complete at time of this synopsis posting. The Government reserves the right to add or modify this list. NOTE: PRICING IS NOT MANDATORY ON EVERY CONTRACT OBJECTIVE OR EVERY NSN. All or None (a) With respect to each item or group of items identified below, offers must be submitted for all items indicated. No award will be made for less than the full requirements shown in this solicitation for these items or groups. Groups: i. LINE ITEM 0001 (Obsolescence Management Report (OMR)) is its own group. ii. LINE ITEM 0002 - Every contract award will include LINE ITEM 0002 (Engineering Redesign). No pricing for this line item is required at time of proposal. iii. For the remaining line items (Consumable and DLR NSNs), each NSN constitutes a group (e.g. Unit Pricing LINE ITEM, FAT LINE ITEM, S&S LINE ITEM). (b) Any offeror offering less than all of the solicitation requirements of the indicated item or group of items may be precluded from consideration for award if the Contracting Officer elects to make an award without opening discussions. (c) Offerors are cautioned that submission of an offer for selected item(s) within a given group is unacceptable; offers must be for all item(s) within a given group. However, an offeror may submit an offer on any one or more groups. Under this solicitation, the resulting contract(s) will be a Firm-Fixed-Price (FFP) Indefinite-Delivery Contract (FAR 16.5) that may contain both Definite-Quantity and Indefinite-Quantity requirements. Definite-Quantity will apply only to the Obsolescence Management Report LINE ITEM and Indefinite-Quantity will apply to the purchase of consumable and DLR NSNs. The solicitation will be issued under FAR Part 15, with a 3 year base period and two option periods of 365 days (or 366 days if it is a leap year), for a total contract length of 5 years. It will be at the Government's discretion to exercise the options. The solicitation will be unrestricted utilizing both Full and Open Competition and Other Than Full and Open Competition. Full and Open Competition will apply only to the Obsolescence Management Report LINE ITEM. Other Than Full and Open Competition will apply to the purchase of consumable and DLR NSNs. The resulting contract will provide stock replenishment coverage for the consumable and DLR NSNs in support of our military customers. It should be noted that the Engineering Redesign LINE ITEM is not being competed, but will be included in every awarded contract. IMPORTANT : It is STRONGLY ADVISED that once the solicitation is released, all offerors take the time to read and thoroughly understand the Statement of Work which includes the Performance Work Statement- Section C. The solicitation will be available in FedBizOpps on the approximate issue date of 08/07/2018. The response date is approximately 09/06/2018. Specifications, plans or drawings are not available. The proposed procurement contains an option to extend the contract period one or more times at the discretion of the government. The total duration (base plus option years) shall not exceed 5 years. This proposed procurement includes a family group of items within the Federal Supply Classes: 10,25,28,29,30,31,40,41,43,45,47,48,49,51,53,59,61,62,63,66,95. This acquisition is for supplies for which the Government does not possess complete, unrestrictive technical data; therefore, the Government intends to solicit and contract with only approved sources under the authority of 10 U.S.C. 2304(c)(1). Approved sources: See approved sources list attached. While price may be a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price, delivery, past performance and other evaluation factors as described in the solicitation. One or more of the items under this acquisition may be subject to an Agreement on Government Procurement approved and implemented in the United States by the Trade Agreements Act of 1979. All offers shall be in the English language and in U.S. dollars. All interested suppliers may submit an offer. Based upon market research, the Government is not using the policies contained in Part 12, Acquisition of Commercial Items, in its solicitation for the described supplies or services. However, interested persons may identify to the contracting officer their interest and capability to satisfy the Government's requirement with a commercial item within 15 days of this notice.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCC/SPE7LX18R0146/listing.html)
- Record
- SN05016102-W 20180803/180801231551-09c90e435de7359ccf4f459e8fa15f9e (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 |