Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 12, 2023 SAM #7897
SOLICITATION NOTICE

99 -- MRO CENTCOM AOR Solicitation SPE8E3-23-R-0001

Notice Date
7/10/2023 8:24:21 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333998 —
 
Contracting Office
DLA TROOP SUPPORT PHILADELPHIA PA 19111-5096 USA
 
ZIP Code
19111-5096
 
Solicitation Number
SPE8E3-23-R-0001
 
Response Due
8/21/2023 12:00:00 PM
 
Archive Date
09/05/2023
 
Point of Contact
Aria Gessner, Phone: 215-737-7252, John Luczyszyn, Phone: 215-737-2536
 
E-Mail Address
aria.gessner@dla.mil, john.luczyszyn@dla.mil
(aria.gessner@dla.mil, john.luczyszyn@dla.mil)
 
Description
Maintenance, Repair & Operations (MRO) Central Command (CENTCOM) Area of Responsibility (AOR) Tailored Logistics Support Program (TLSP) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in�subpart�12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Solicitation SPE8E3-23-R-0001 is hereby issued as a request for proposal (RFP).� The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-02. The intent of this solicitation is to issue multiple Indefinite Delivery/Indefinite Quantity (IDIQ) Maintenance, Repair & Operations (MRO) Tailored Logistics Support (TLS) Program (TLSP) Long-Term Contracts to support MRO requirements in the Central Command Area of Responsibility (CENTCOM AOR) under this single solicitation.� The CENTCOM AOR includes the following countries: Bahrain, Egypt, Iran, Iraq, Israel, Jordan, Kuwait, Lebanon, Oman, Qatar, Saudi Arabia, Syria, the United Arab Emirates, Yemen, Afghanistan, Kazakhstan, Kyrgyzstan, Pakistan, Tajikistan, Turkmenistan, and Uzbekistan.� Although the Government intends to make more than one award, the Government reserves the right to make only one award depending upon the number and quality of offers received. The Government intends to make up to five, multiple awards under this Solicitation.� AFTER AWARD, ALL CONTRACT HOLDERS WILL COMPETE FOR EACH DELIVERY ORDER. The Government intends to award multiple contracts under this solicitation to the responsible offerors whose offers conforming to the solicitation will be most advantageous to the Government, price and other factors considered.� Proposals will be evaluated utilizing a Tradeoff Source Selection Process in accordance with FAR 15.101-1.� Award will be based on Past Performance-Confidence Assessment and Technical Merit evaluation factors which are considered significantly more important than price. By weighting the non-price evaluation factors more than price, the Government anticipates that awards will be made to highly qualified, experienced contractors who are capable and committed to meeting the needs of the customers by providing a wide variety of commercial MRO items utilizing commercial distribution business practices and providing the customer with quality material, timely delivery, technical expertise, and customer support.� As the non-price ratings of offers become more equivalent, price will become more important.� Pricing is based on a Price Evaluation List (PEL) of 97 items for two destinations; Prices offered for common items on the Price Evaluation List and/or prices offered for alternate items accepted by the Government and determined fair and reasonable will be awarded as firm-fixed ceiling prices for the first six months of the base period and first six months of each one-year option period for each destination.� However, those items designated as subject to more price volatility will have the pricing fixed as a ceiling price for the first three months of the base period and the first three months of each one-year option period for each destination.� Each awardee will be responsible for supplying, to authorized customers under the resulting contracts, various types of MRO products.� These items include, but are not limited to: Heating, Ventilation, and Air Conditioning (HVAC) products; plumbing supplies (including bath and shower items, ablution units); electrical products (including generators, wire/cable, connectors, sockets, outlets, lights, etc.); tools of various kinds; chemical, lubricating, and rubber products and products including same; construction supplies (including but not limited to cement, lumber and plywood, bricks, blocks, steel, aluminum, and other metal products, conduits, prefabricated structures to include re-locatable buildings (RLBs & ablution units), etc., perimeter security items such as barriers, barbed wire, concertina wire, and sandbags (also used for erosion prevention)]; paint, landscape and grounds supplies, communication devices (such as walkie-talkies, two-way radios, etc. used by the maintenance personnel); appliances (excluding food service equipment); janitorial and sanitation products; and various other commercial supplies required by the warfighters to accomplish their mission as it pertains to facilities maintenance or sustainment.� All items are commercial products. All items are to conform to the manufacturer�s commercial specifications. The solicitation is being solicited on an UNRESTRICTED basis. However, it should be noted there is an evaluation preference for HUBZone Small Business Concerns in accordance with FAR 52.219-4 Notice of Price Evaluation preference for HUBZone Small Business Concerns. The NAICS code is 333998 and size standard is 500.� An eligible small business concern must qualify as a small business under the size standard set forth in this solicitation. Large business concerns must submit a Small Business Subcontracting Plan with their proposal. The contracts resulting from this solicitation will be IDIQ Contracts with a base ordering period of three (3) years and two (2) one-year option periods for a maximum term of five (5) years.� A 60-day implementation period is included for the base period only, if needed, after award.� Each contract awarded will contain a provision for unilateral option(s) on the part of the Contracting Officer to extend the term of the contract. The exercise of options by the Contracting Officer is covered in FAR 52.217-9 entitled �Option to Extend the Term of the Contract.� Acceptance of this clause is mandatory. Therefore, submission of a proposal/offer shall be considered the offeror's acceptance of the option provision. The solicitation issue date is July 10, 2023. The solicitation closing date is forty-two (42) days after the issuance of the solicitation, or August 21, 2023, at 3:00 PM EST. �All questions and requests for clarification regarding this solicitation must be submitted to the Contracting Officer via email by no later than July 24, 2023 at 3:00 PM EST. Questions received after that date and time will not be answered. Those questions submitted prior to that date and time will be answered to the extent practicable thereafter by amendment to the solicitation which will be made available in the same location as the posting of the original solicitation.� Verbal responses to questions will not be provided. The required delivery schedule will be specified at the time of each individual delivery order. Proposals are invited only on the basis of F.O.B. Destination in accordance with FAR 47.303-6. Offers submitted on basis other than F.O.B. Destination will not be considered for award. The total estimated aggregate value for the proposed five-year contracts is $50,000,000.00.� The total maximum aggregate value for the proposed five-year contracts is $100,000,000.00, meaning that the sum of all orders against all contracts shall not exceed $100,000,000.00.� For each awardee under a contract awarded under this solicitation, the Government guarantees that it will order a quantity of supplies having a minimum dollar value of $50,000.00 during the base period. Proposals shall be prepared and submitted in accordance with the provisions at the Addendum to 52.212-1 Instructions to Offerors-Commercial Items, and 52.212-2 Evaluation-Commercial Items.� Offerors shall include a completed copy of the provision at�52.212-3, Offeror Representations and Certifications-Commercial Items, Alternate I, with its offer.� The clauses at�52.212-4 Contract Terms and Conditions-Commercial Items and 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders�Commercial Items, are applicable to this acquisition. Offerors are advised that the Preference for Certain Domestic Commodities/ Berry Amendment, Trade Agreements Act, Restriction on Acquisition of Hand or Measuring Tools, and Buy American Act Restrictions apply to the resulting contracts, depending on the items requested by the ordering activities.� Additionally, there other procurement restrictions set forth in the regulations that may apply to specific products (example � the Restriction on Acquisition of Certain Articles Containing Specialty Metals). Note that for this procurement the Trade Agreements Act will apply to all contracts awarded. FAR 52.211-14 Notice of Priority Rating for National Defense, Emergency Preparedness, and Energy Program Use and FAR 52.211-15 Defense Priority and Allocation Requirements are included in the solicitation and any resultant contracts. Though the basic contract is not rated, individual delivery orders may be rated. The DLA Internet Bid Board System (DIBBS) electronic upload is the preferred method of proposal submission.� To obtain a copy of the solicitation from the DLA Internet Bid Board System, use Internet site https://www.dibbs.bsm.dla.mil/. Email offers are also authorized for the receipt of initial proposals.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/600ade3065104e69a14b2254d5e2ff93/view)
 
Record
SN06742683-F 20230712/230710230051 (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.