Search Contract Opportunities

Letterkenny Army Depot Industrial Prime Vendor Support Synopsis

ID: SPE7LX23R0051 • Type: Presolicitation
If You Don't Win This Contract, We Know Who Will

Use our Partner Finder tool to discover market leaders

Free Trial Schedule Demo

Description

The purpose of this announcement is to advertise that the Defense Logistics Agency (DLA) Land and Maritime (L&M) is soliciting for an Industrial Product Support Vendor (IPV) Program successor initiative that will provide continued integrated product support for line-side delivery of bench stock requirements for maintenance/production lines at Letterkenny Army Depot (LEAD). The scope of this successor initiative is for logistics support and total Supply Chain Management (SCM) of bench stock items for maintenance lines at LEAD. Bench stock items are required for maintenance support and/or overhaul of various military weapons systems and other military equipment. The bench stock parts will normally be stored at or near the point of use (line-side support) in performance of the Maintenance, Repair, and/or Overhaul of military weapons systems or related equipment. Bench stock items also include items that are not stored in a bin due to size or special storage requirements but are stored near the point of use. The magnitude of this effort to supply logistics support and total SCM for bench stock items at LEAD shall flex upward or downward depending upon the maintenance line activities. The IPV Contractor is expected to have the flexibility to provide seamless, uninterrupted support when LEAD's requirements for bench stock items change or production line configurations and building locations change.

This successor initiative is a Performance-Based, Indefinite Quantity Contract (IQC) with Fixed-Price Incentives, and Economic Price Adjustments (EPAs) structured around the Performance Work Statement (PWS). Performance-based contracting emphasizes that all aspects of an acquisition are based upon the purpose of the work to be performed as opposed to the manner in which the work is executed. The proposed procurement contains an option to extend the contract period one (1) or more times at the discretion of the Government. The total duration (base plus option years and extension period) shall not exceed seven (7) years and six (6) months (7.5 years).

This acquisition includes a complete Schedule of Supplies (SoS) for IPV at LEAD, which encompasses 7,449 items, of which 1,315 items shall be priced commercially (in order to be considered a responsible offer) to support LEAD. All fair and reasonable items [Contract Line-Item Numbers (CLINs)] will be awarded on an All or None basis. There will be one (1) group that consists of seven (7) CLINs.

Based upon market research, the Government is using the policies contained in Federal Acquisition Regulation (FAR) Part 12 (Acquisition of Commercial Items) in its solicitation for the described supplies or services. This solicitation will be issued Unrestricted with Full and Open competition. Interested persons may identify their interest and capability to respond to the requirement. The solicitation will be available on the DLA Internet Bid Board System (DIBBS) or about March 28, 2023 at: https://www.dibbs.bsm.dla.mil/RFP/

The items under this acquisition may be subject to Agreement on Government Procurement approved and implemented in the Unites States by the Trade Agreements Act of 1979. All offers shall be in the English language and in United States (U.S.) Dollars. All responsible sources may submit an offer, which shall be considered. The North American Industry Classification System (NAICS) code for this procurement is 493110 General Warehousing and Storage with an associated size standard of $30 million in annual receipts.

Proposals will be evaluated according to best value procedures utilizing the evaluation factors listed below. The Small Business Participation factor will be evaluated on an Acceptable/Unacceptable basis; any offeror rated Unacceptable will not be eligible for award and will not be considered in the tradeoff decision. In the trade-off decision, the remaining non-price factors (Technical and Past Performance), when combined, will be significantly more important to Price, but as other evaluation factors become more equal, the evaluated price becomes more important. Technical and Past Performance Factors will be of equal importance. Technical subfactors are equally important.

Factor 1: Technical

Subfactor A: Transition and Implementation

Subfactor B: Management and Operations

Subfactor C: Quality Assurance

Factor 2: Past Performance

Factor 3: Small Business Participation

Factor 4: Price

This solicitation includes associated drawings and specifications and may have unique characteristics. These requirements are detailed in the Acquisition Item Description (AID) and all applicable clauses will be included in the solicitation will cross-reference the information in the AID. In order to obtain Technical Data, contractors can refer to the Tech Data tab at https://www.dibbs.bsm.dla.mil. DLA Collaboration Folders (cFolders) https://pcf1.bsm.dla.mil/cfolders/. Problems with cFolders can be addressed by the cFolder Help Desk at 866.335.4357 and/or via email at dscc.cddwgs@dla.mil. This system contains Bidsets, Engineering Data Lists (EDLs), and digitized drawings for open BSM-DIBBS procurements after 10/01/2006. For cFolders System Access Issues contact the DLA Enterprise Help Desk at 1-855-352-0001. Note: System access requires the user to have an active DIBBS account. General questions can be answered by the DLA Product Data Customer Service Help Line at 1-804-279-3477.

DLA has enhanced its Joint Certification Program (JCP) registration and validation procedures. Selected National Stock Numbers (NSNs) will require additional permissions to access the associated technical data. In the event a vendor cannot access the technical data for a NSN in DLA cFolders, the vendor must submit a onetime request to jcpvalidation@dla.mil for technical data access consideration. If a vendor has inquiries after having submitted required information to the JCP office, these inquiries are to be directed to DLAJ344DataCustodian@dla.mil.

DLA processes the vendor's technical data request on a first come, first served basis. Failure to comply timely with required information may result in lack of consideration for DLA solicitations. It is vitally important that vendors provide correct company official name(s) and contact information in all correspondence. DLA will work diligently on validating vendor requests. Vendors will be notified within three business days of when their requests were approved. However, DLA cannot guarantee that it can complete all validation requests by the due date for any solicitation responses.

Overview

Response Deadline
April 28, 2023, 5:00 p.m. EDT Past Due
Posted
March 20, 2023, 8:56 a.m. EDT
Set Aside
None
Place of Performance
Not Provided
Source
SAM

Current SBA Size Standard
$34 Million
Pricing
Fixed Price Award Fee
Evaluation Criteria
Best Value
Est. Level of Competition
Average
Odds of Award
73%
On 3/20/23 DLA Land and Maritime issued Presolicitation SPE7LX23R0051 for Letterkenny Army Depot Industrial Prime Vendor Support Synopsis due 4/28/23. The opportunity was issued full & open with NAICS 493110 and PSC 5305.
Primary Contact
Name
Heidi Treadway   Profile
Phone
(614) 692-7316

Secondary Contact

Name
DSCC IPV Mailbox   Profile
Phone
None

Documents

Posted documents for Presolicitation SPE7LX23R0051

Question & Answer

IDV Awards

Indefinite delivery vehicles awarded through Presolicitation SPE7LX23R0051

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Presolicitation SPE7LX23R0051

Similar Active Opportunities

Open contract opportunities similar to Presolicitation SPE7LX23R0051

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEFENSE LOGISTICS AGENCY (DLA) > DLA LAND > DLA LAND COLUMBUS > DLA LAND AND MARITIME
FPDS Organization Code
97AS-SPE7LX
Source Organization Code
500032518
Last Updated
May 13, 2023
Last Updated By
heidi.treadway@dla.mil
Archive Date
May 14, 2023