Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 14, 2005 FBO #1357
MODIFICATION

16 -- AIR FORCE IPV GEN II SOLICITATION

Notice Date
8/12/2005
 
Notice Type
Modification
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
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
SP0500-05-R-0068
 
Response Due
9/26/2005
 
Archive Date
10/11/2005
 
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 Air Force customers. This sophisticated logistics solution requires a continuous open exchange of information between customer, supplier network & DLA. A seamless logistics system with state-of-the-art information technology (IT) & 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 Air Force weapon systems. The contractor will employ a combination of commercial & government-DLA sources of supply in the performance of logistics support. The contract will also include provisions in support of Worldwide Demand (WWD) requirements for selected items; Just-in-Time support; & at least a 99% fill rate for all schedule of item requirements. This solicitation's customer base are three Air Logistic Centers (ALCs): Warner Robins, GA; Oklahoma City, OK; and Ogden, UT. The contract scope includes approximately 52,000 National Stock Numbers (NSNs) with a total estimated annual value of $75,000,000.00. The Market Basket shall consist of commercially sourced items which represent the profile of commercially sourced items for the contract term, which are a subpopulation of the schedule of items. Some items will be designated WWD & some will be designated site specific. Unanticipated non-repetitive requirements will be supported by Spot-buys which are acqisitions based on customer urgency. For each NSN on the Market Basket and the 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) 2-year options and one (1) 3-year 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; Past Performance; Socio-Economic Consideration; Javits-Wagner-O'Day considerations & DLA Mentoring Businesses Agreement Program. Just-in-Time deliveries to Air Force sites (not the World Wide demand requirements) will be required. Offerors will be required to submit a delivery schedule for the WWD quantities for each of the items listed in the Market Basket. Note: Deliveries may vary among product lines; offerors are required to provide a delivery schedule for each. The Trade Agreement Act applies to all items except those in FSG 95. The deadline for receipt of proposals will be forty-five (45) days from the solicitation issue date. DSCP plans on conducting site visits approximately two or three 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. Correct web address is www.dscp.dla.mil/gi/general/ipv.htm
 
Place of Performance
Address: Air Logistics Center, Oklahoma City, OK., Air Logistics Center, Ogden, UT., Air Logistics Center, Warner Robins, GA.
Country: USA
 
Record
SN00869067-W 20050814/050812211719 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.