Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 29,1999 PSA#2484

Defense Supply Center Columbus, PO Box 16595, DSCC-PBAB, Columbus, OH 43216-6595

59 -- DSCC-S9E IS LOOKING TO PARTNER WITH ELECTRONIC DISTRIBUTORS FOR COTS ITEMS SOL SPO900-00-R-0007 DUE 033100 POC David Glasscoe 6146927653, Jeff Dixius 6146927348, Cindy Nevin 6146925761 WEB: DSCC Corporate Contract/Tailored Support Solicitations, http://www.dscccols.com/programs/corportate_contracts/cc.asp. STATEMENT OF OBJECTIVES DLA's vision is to be the Best Value provider for their customers, the Armed Forces of the United States. Their goal is "Right Item, Right Time, Right Place, Right price". To achieve this, DLA plans to radically reengineer their logistics process by shifting to commercial practices. The government can no longer afford to invest large sums of money on inventory, but must instead leverage existing private sector capabilities, while at the same time satisfy the Warfighter's requirements. The Defense Supply Center Columbus (DSCC) -- Commodities (Electronics), currently manages 1.2 million items in 9 Federal Supply Groups (FSG's) and in more than 83 Federal Supply Classes (FSC's). Commodities processes over 2 million requisitions and over 60,000 awards annually in support of more than 1200 weapon systems. Approximately 45 percent of the awards are processed by an automated system, while the remainder are done manually. Over half of the manual awards are under $2,500, and have an average administrative lead time over 70 days. A large percentage of the items procured by Commodities are expected to be commercial off-the-shelf (COTS) items. In an effort to reduce logistics response time, reduce inventory levels, and increase readiness, of COTS items, DSCC intends to establish DISTRIBUTOR PARTNERSHIPS with suppliers capable of providing COTS items within 2 days. This procurement is unrestricted, full and open competition. The solicitation will remain open for a period of 90 days. Offerors may submit their proposal any time during the open period. Offerors are invited to submit a list of their electronic COTS items which can be delivered within 2 days. Offerors may propose as many items as they like, however, all proposed items must have a corresponding National Stock Number (NSN) currently managed by the Commodities Directorate (S9E -- Electronics). To award contracts to as many vendors as possible, the government intends to initially award a maximum of 400 items per offeror. If offerors propose more than 400 items, they must identify their "Top 400" items. The "Top 400" items are those items (up to 400) the offeror would like to have put on contract first. They may be items the offeror currently sells the most of to DSCC, or other military customers, or they may be heavy hitters for their commercial customers, etc. For the "Top 400" evaluation, offerors will not be evaluated against each other. Rather, all responsible offerors will receive an award for any/all of their technically acceptable "Top 400" items that the government determines to be fair and reasonable. The government will evaluate proposals in the order the proposals are received by the government. In the event more than one fair and reasonable, technically acceptable, proposal is received for the same NSN, the offeror whose proposal was received first by DSCC-CH, will receive the delivery orders for that item during the base contract period. After all offerors' "Top 400" items have been evaluated (and awarded if appropriate), the government will evaluate the remaining items (those items not in the offerors' Top 400 items). All proposed remaining items that are technically acceptable, and are determined to be fair and reasonable, will be added to the existing contracts. For the "remaining item" evaluation, offerors will be evaluated against each other. Should more than one offeror submit a proposal for the same item, both/all offerors may have the item added to their existing "Top 400" contract, however, the offeror whose proposal represents the best value to the government will receive delivery orders against that item. Best value will be determined by the following evaluation factors: price, delivery, past performance, and surge & sustainment capabilities. In the future, the government may elect to issue the delivery orders on a rotating basis if more than one offeror per item. Offerors must submit firm fixed prices for at least the base contract period. Offerors may also submit prices for the option periods. However, 60 days prior to exercising any option period, the government will request updated pricing from all offerors. The contracts are expected to be Firm Fixed Price Indefinite Delivery Type contracts with a one year base period and four one-year options. Each contract will have a minimum guarantee of $100 worth of items to be ordered during the contract period. Without knowing which items will be proposed, the government, at this time, cannot estimate the dollar amounts of the contract(s). Likewise, the estimated quantity the government will order during the contract period is unknown. All delivery orders will be for direct delivery shipments to the using activity. Delivery orders will be issued by DSCC using Electronic Data Interchange (EDI). Successful offerors must have EDI capabilities. At some point, the government may choose to place orders through the use of credit card purchases directly by the customers. COPIES OF SOLICITATION WILL BE AVAILABLE 29 DEC 99 BY FAXING REQUESTS TO 614-692-2262. DEADLINE FOR RECEIPT OF BIDS IS 31 MARCH 00. Posted 11/24/99 (W-SN403357). (0328)

Loren Data Corp. http://www.ld.com (SYN# 0190 19991129\59-0013.SOL)


59 - Electrical and Electronic Equipment Components Index Page