SOLICITATION NOTICE
25 -- IPV Contract for Generation II (GENII)
- Notice Date
- 3/24/2004
- Notice Type
- Solicitation Notice
- NAICS
- 336111
— Automobile Manufacturing
- Contracting Office
- Defense Logistics Agency, Logistics Operations, Defense Supply Center Philadelphia - General & Industrial, 700 Robbins Avenue, Philadelphia, PA, 19111-5096
- ZIP Code
- 19111-5096
- Solicitation Number
- SPO500-03-0110
- Response Due
- 4/29/2004
- Archive Date
- 5/14/2004
- Point of Contact
- Thomas Pawlowski, Contract Specialist, Phone 215-737-8343, Fax 215-737-5227, - Maureen Reynolds, Contract Specialist, Phone 215-737-4702, Fax 215-737-5227,
- E-Mail Address
-
tpawlowski@dscp.dla.mil, mreynolds@dscp.dla.mil
- Description
- The IPV contractor will employ a supplier/manufacturer network with the resources, finances & supply chain management capability to support planned & un-planned requirements. The logistics solutions will integrate the various sources of supply, thereby achieving robust competition at the supplier level, while still providing seamless interface with DLA & its customers. These sophisticated logistics solutions require a continuous open exchange of information between customer, supplier & DLA. A seamless logistics system with state-of-the-art information technology & assured communications is essential for optimum support & total asset visibility. This program provides total supply chain management in support of consumables used in maintenance, repair & overhaul of Army ground weapon systems. The contractor will employ a combination of commercial & government DLA sources of supply in the performance of logistics support. The contract may also include provisions in support of Worldwide Demand (WWD) requirements for selected items; Just-in-Time support & at least 98% fill rates for all schedule of items requirements. This solicitation's customer base are two Army bases located in Anniston, AL (ANAD) & Red River, TX (RRAD). The approximate scope includes 10,057 National Stock Numbers (NSNs) with a total estimated annual price, absent WWD, of approximately $12,042,253.00. The Market Basket shall consist of commercially sourced items & DLA sourced items, which are expected to represent the profile of commercially, & DLA sourced items for the contract term, which is a subpopulation of the schedule of items. Some items may be designated WWD & some for the site-only use. Unanticipated non-repetitive requirements will be supported by Spot-buys which are procurements based on urgency. For each NSN on the Market Basket and subsequent contract offerors are required to provide a unit price & a total price for each NSN, a material management price and a grand total evaluated price (Note: All estimated prices are fully burdened to include Material cost, Profit & F.O.B. Destination). It is the Government's intent to issue an Indefinite Quantity, Fixed-Priced with EPA contract. The solicitation will contain a 3-year base period with two 2-year term options & one 3-year term option. The solicitation will utilize 'Best Value Source Selection' procedures. The government will consider other factors in addition to price when evaluating proposals to determine the best overall expected value. Technical merit is considered significantly more important than price. The evaluation factors will be Technical Merit; Experience & Past Performance; Socio-Economic Consideration; Javits-Wagner-O'Day considerations & DLA Mentoring Businesses Agreement Program. Just-in-Time deliveries to Army sites will be required. Offertory will be required to submit a delivery schedule for the WWD quantities for each of the items listed on the Market Basket. Note: Deliveries may vary among product lines; offerors are required to provide a delivery schedule for each. The deadline for receipt of proposals will be sixty (60) days from the solicitation issue date. DSCP plans on conducting site visits approximately two weeks after the solicitation issue date. The Schedule-of-Items and the Market Basket can be obtained, WHEN THE SOLICITATION IS ISSUED, by accessing the DSCP website at www.dscp.dla.mil/gi/general/ipvsites.html.
- Place of Performance
- Address: Anniston Army Depot (ANAD) in Anniston, AL. and Red River Army Depot (RRAD) in Texarkana, TX. as well as various DLA Depots in the continental USA if Worldwide Demand (WWD) quantities are included.
- Record
- SN00552983-W 20040326/040324223935 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |