Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 25, 2019 SAM #6600
SOLICITATION NOTICE

53 -- FSG 53 Performance-Based Acquisition Support Strategy

Notice Date
12/23/2019 12:47:56 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332722 — Bolt, Nut, Screw, Rivet, and Washer Manufacturing
 
Contracting Office
DLA AVIATION RICHMOND VA 23297 USA
 
ZIP Code
23297
 
Solicitation Number
SPE4A5-20-R-0150
 
Response Due
4/23/2020 12:00:00 PM
 
Archive Date
05/08/2020
 
Point of Contact
Tracy I. Ruland, Randall H. Dortch
 
E-Mail Address
tracy.ruland@dla.mil, randall.dortch@dla.mil
(tracy.ruland@dla.mil, randall.dortch@dla.mil)
 
Description
SPE4A5-20-R-0150 is a combined synopsis/solicitation for a long-term strategic contract for a target population of 215,838 National Stock Numbers (NSN) in Federal Stock Group 53 (FSG 53), Hardware and Abrasives.� If other NSNs are subsequently added, as defined by the terms of the contract, they will be synopsized separately. All items are expected to be priced for the initial contract award.� The proposed contract will be an indefinite delivery indefinite quantity commercial fixed price contract with economic price adjustments. The target population for solicitation SPE4A5-20-R-0150 meets the definition of bundling at FAR 2.101.� A notice of Intent to Bundle Requirements for this acquisition was posted to www.fbo.gov on August 13, 2019 and was previously publicized to www.fbo.gov on September 6, 2019 under the planned solicitation number, SPE4A5-19-R-FG53.� �� As stated in the Intent to Bundle Requirements notice, DLA has determined that measurably substantial benefits are expected to be derived as a result of the bundling as defined at FAR 7.107. The expected benefits of this bundling action are listed in FAR 7.107-3 and summarized below: (1) Cost savings (2) Price reduction (3) Quality improvements that will save time or improve or enhance performance or efficiency (4) Reduction in acquisition cycle times (5) Better terms and conditions (6) Anticipated financial benefits equivalent to five (5) percent of the estimated contract or order value (including options) The proposed contract has a potential nine and one half year (9 �) duration which includes a three and a half year (3 �) base period (including a 180-day transition period) and two three-year option periods.� Letters expressing interest in subcontracting provided to the contracting officer will be forwarded to the identified awardee.� This will be a competitively awarded contract and best value selection methods will be used.� The Government will award a single contract for this action.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/fa026c70181f4162956f007e172c2643/view)
 
Place of Performance
Address: VA 23297, USA
Zip Code: 23297
Country: USA
 
Record
SN05523618-F 20191225/191223230139 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.