SOLICITATION NOTICE
95 -- Metals Tailored Logistics Support Program (TLSP)
- Notice Date
- 6/17/2025 12:47:22 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 331110
— Iron and Steel Mills and Ferroalloy Manufacturing
- Contracting Office
- DLA TROOP SUPPORT PHILADELPHIA PA 19111-5096 USA
- ZIP Code
- 19111-5096
- Solicitation Number
- SPE8E4-25-R-0001
- Response Due
- 7/21/2025 12:00:00 PM
- Archive Date
- 08/05/2025
- Point of Contact
- Aria Gessner, Phone: 4457372612
- E-Mail Address
-
aria.gessner@dla.mil
(aria.gessner@dla.mil)
- Small Business Set-Aside
- NONE No Set aside used
- Description
- Metals 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 SPE8E4-25-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 2025-04. DLA Troop Support intends to award multiple Indefinite Delivery/Indefinite Quantity (IDIQ) Metals Tailored Logistics Support (TLS) Contracts under this single solicitation to support Metals requirements in the Continental United States (CONUS), Alaska, Hawaii, and worldwide through CONUS Container Consolidation Points (CCPs). The CONUS consists of the following states/territories: Alabama, Arizona, Arkansas, California, Colorado, Connecticut, Delaware, District of Columbia, Florida, Georgia, Idaho, Illinois, Indiana, Iowa, Kansas, Kentucky, Louisiana, Maine, Maryland, Massachusetts, Michigan, Minnesota, Mississippi, Missouri, Montana, Nebraska, New Hampshire, New Jersey, New Mexico, New York, Nevada, North Carolina, North Dakota, Ohio, Oklahoma, Oregon, Pennsylvania, Rhode Island, South Carolina, South Dakota, Tennessee, Texas, Utah, Vermont, Virginia, Washington, West Virginia, Wisconsin and Wyoming. Items to be ordered under this contract are to be submitted in accordance with the section titled �Statement of Work (SOW)� of this Solicitation. The Government intends to make up to five (5), multiple awards under this Solicitation with up to one (1) award reserved for an eligible small business concern. The overall North American Industry Classification System (NAICS) code for this acquisition is 331110, Iron and Steel Mills and Ferroalloy Manufacturing, with a size standard of 1,500. 331110 is the controlling NAICS code for the purposes of determining size for the small business reserve, and the need to submit a subcontracting plan. After award, all delivery orders will be competed amongst the contract holders. Proposals will be evaluated utilizing a Tradeoff Source Selection Process in accordance with FAR 15.101-1. For purposes of this solicitation, the non-price evaluation factors (Past Performance�Confidence Assessment and Technical Merit, when combined, are considered to be significantly more important than price. By weighing 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 Metals items utilizing commercial distribution business practices and providing the customer with quality material, timely delivery, technical expertise, and customer support. Fair and reasonable prices are expected as this is a competitive solicitation. As the non-price ratings of offers become more equivalent, price will become more important. The non-price and price evaluation factors are contained in the Addendum to FAR 52.212-1, Instructions to Offerors � Commercial Products and Commercial Services. Proposals will be evaluated in accordance with the Addendum to FAR Clause 52.212-2, Evaluation�Commercial Products and Commercial Services. Pricing is based on a Price Evaluation List (PEL) of 122 items; Offerors are required to submit prices on at least 95% (116 items) of the 122 items on the Price Evaluation List or acceptable alternates (it is noted that any Offeror may also propose up to 100% of the items on the Price Evaluation List with exact items and/or acceptable alternate items). Prices supplied for exact items or acceptable alternate common items on the Price Evaluation List of 122 items will be used for evaluation purposes and if determined fair and reasonable will be awarded as firm-fixed ceiling prices. The fixed prices will constitute a Not to exceed CEILING PRICE for the first THREE MONTHS of the BASE PERIOD (2-year term) and the first THREE MONTHS of each OPTION TERM (four (4) two-year terms) on any resultant contract for the Metals Tailored Logistics Support Program. Each awardee will be responsible for supplying, to authorized customers under the resulting contracts, various types of Metals products. The requirements covered include, but are not limited to: aluminum, stainless steel, carbon steel, copper, brass, titanium, nickel and nickel alloys; and other industrial metals in various forms, such as: wire, plate, sheet, strip, bar, angle, extrusions, pipe, tube, and any other shape required by the ordering activities in Federal Supply Classes (FSCs): 4710, 9505, 9510, 9515, 9520, 9525, 9530, 9535, and 9540. All items are commercial products. All items are to conform to the manufacturer�s commercial specifications. This solicitation is being solicited on an UNRESTRICTED basis with up to one award reserved for small business in accordance with FAR 19.503. 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 331110, Iron and Steel Mills and Ferroalloy Manufacturing, with a size standard of 1,500. 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 Indefinite Delivery, Indefinite Quantity (IDIQ) Contracts with a base ordering period of two (2) years and four (4) two-year option periods for a maximum term of ten (10) years. 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. A 60-day implementation period is included, if needed, after award. The 60-day implementation is included in the base period. The solicitation issue date is June 17, 2025. The solicitation closing date is thirty-four (34) days after the issuance of the solicitation, or July 21, 2025. All questions and requests for clarification regarding this solicitation must be submitted to the Contracting Officer via email by no later than June 24, 2025, 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 ten-year contracts is $500,000,000.00. The total maximum aggregate value for the proposed ten-year contracts is $750,000,000.00, meaning that the sum of all orders against all contracts shall not exceed $750,000,000.00. 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, and Buy American Act Restrictions apply to the resulting contracts, depending on the items requested by the ordering activities. Additionally, there are 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, including any contract awarded to a small business concern under the small business reserve portion of this Solicitation. Contractors must be aware of which regulations apply at the time that they submit their offer and quotations and must comply with those regulations throughout the period of contract performance. Any deviations from the applicable sourcing restrictions without prior written approval from the Contracting Officer will be considered a material defect, material non-conformance, and breach of contract for which the Government may exercise any and all available remedies, including those set forth at FAR 52.212-4(a), at the sole discretion of the Contracting Officer. Any such deviations may be expected to result in the assertion of a Government demand and claim for repayment from the awardee in the amount deemed necessary by the Contracting Officer to fully compensate the Government. 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/6ff19cb0eac24ab4879e900893e15451/view)
- Place of Performance
- Address: Philadelphia, PA 19111, USA
- Zip Code: 19111
- Country: USA
- Zip Code: 19111
- Record
- SN07481402-F 20250619/250617230055 (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 |