SOLICITATION NOTICE
89 -- Pre-Solicitation Synopsis for SPE300-21-R-0030 for Arkansas and Nebraska
- Notice Date
- 10/6/2022 11:14:48 AM
- Notice Type
- Presolicitation
- NAICS
- 424410
— General Line Grocery Merchant Wholesalers
- Contracting Office
- DLA TROOP SUPPORT PHILADELPHIA PA 19111-5096 USA
- ZIP Code
- 19111-5096
- Solicitation Number
- SPE300-21-R-0030
- Response Due
- 11/4/2022 12:00:00 PM
- Point of Contact
- Michael Kolman, Phone: 6096367557, Patricia Griffith, Phone: 215-737-2911
- E-Mail Address
-
Michael.Kolman@dla.mil, patricia.griffith@dla.mil
(Michael.Kolman@dla.mil, patricia.griffith@dla.mil)
- Description
- The Defense Logistics Agency (DLA) Troop Support Subsistence Directorate intends to issue a solicitation for Subsistence Prime Vendor (SPV) support for Arkansas (zone 1), Nebraska (zone 2), and their Surrounding Areas. Requirements for SPV support will include the delivery various quantities of subsistence items from the 8900 federal supply group or commercial equivalents.� The contractor will be required to make delivery on a ""just in time"" basis.� The delivery of items will be expected to begin no later than 120 days after the date of award.�� Offerors MUST be able to interface with the Government�s established transaction package and support Electronic Data Interchange transaction sets listed in the solicitation.� The resultant contract will be Fixed-Price subject to Economic Price Adjustments (EPA).� The maximum dollar value of the entire acquisition is $17,202,319.98 ($8,207,116.75 for zone 1 and $8,995,203.23 for zone 2). The Government�s intent is to award two (2) Indefinite Delivery/Indefinite Quantity Contract(s), (one (1) for zone 1 and one (1) for zone 2) with Economic Price Adjustment (EPA), with the possibility of a single award in the event the same offeror is in line for both zones. �The effective period of the contract will be from the award date up to 60 months, consisting of a period of five (5) years comprised of two (2) separate tiers for purposes of distribution price. The first tier shall be a twenty-four (24) month period (inclusive of up to a 120-day implementation period). The second tier will be a thirty-six (36) month period directly following the first tier. The acquisition will use full and open competitive procedures and will be issued on an Unrestricted basis.� The proposals received in response to this solicitation will be evaluated utilizing Lowest Price Technically Acceptable procurement procedures and a contract will be awarded based on those criteria.� Alternate items will be considered/evaluated. The Request for Proposal (RFP) will be posted on the DLA BSM DIBBS website, https://www.dibbs.bsm.dla.mil/ as RFP # SPE300-22-R-0030. This solicitation is scheduled to be posted during the month of November 2022.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/2c4315925c9f4e3ba81332da132cf72d/view)
- Place of Performance
- Address: Little Rock, AR, USA
- Country: USA
- Country: USA
- Record
- SN06489119-F 20221008/221006230102 (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 |