Search Contract Opportunities

Metals Tailored Logistics Support (TLS) Program   4

ID: SPE8E4-21-R-0001 • Type: Synopsis Solicitation

Description

Posted: Jan. 11, 2021, 10:33 a.m. EST

Metals Tailored Logistics Support Program

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; proposals are being requested and a written solicitation will not be issued.

Solicitation SPE8E4-21-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 2021-01.

The intent of this solicitation is to issue multiple Indefinite Delivery/Indefinite Quantity (IDIQ) Metals Tailored Logistics Support (TLS) Program Long-Term Contracts to support Metals requirements in the continental United States of America (CONUS) and worldwide via shipments through Container Consolidation Points in CONUS under this single solicitation. Although the Government intends to make more than one award, the Government reserves the right to make only one award depending upon the number and quality of offers received. The Government has also "reserved" up to one award for an eligible responsible small business concern. This means that the Government intends to make at least one award to a small business concern. The vendor that wins the "Reserved" contract, if any, will only be issued one contract. AFTER AWARD, ALL CONTRACT HOLDERS WILL COMPETE FOR EACH DELIVERY ORDER. The small business concern that wins the "reserved" contract, if any, will compete against all other contract holders for each requirement.

The Government intends to award multiple contracts under this solicitation to the responsible offerors whose offers conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Proposals will be evaluated utilizing a Tradeoff Source Selection Process in accordance with FAR 15.101-1. Award will be based on Past Performance, Technical Merit and Small Business (Socioeconomic) participation evaluation factors which are considered significantly more important than price. By weighting 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 utilizing commercial distribution business practices and providing the customer with quality material, timely delivery, technical expertise, and customer support. As the non-price ratings of offers become more equivalent, price will become more important.

Each awardee will be responsible for supplying, to authorized customers under the resulting contracts, various types of metal products. These items 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 located in the continental United States (CONUS) and customers worldwide via shipments through Container Consolidation Points in CONUS. All items are commercial products. All items are to conform to the manufacturer's commercial specifications.

The solicitation is being solicited on an UNRESTRICTED basis with up to one award reserved for small business in accordance with FAR 19.502-4(a). The NAICS code is 331110 and size standard is 1500. An eligible small business concern must qualify as a small business under the size standard set forth in this solicitation. The Government will evaluate proposals received in response to this solicitation in two parts: (1) proposals submitted by eligible small business concerns for the "reserved" portion of this solicitation and (2) proposals submitted by all offerors for all other "open" awards. YOU MUST CLEARLY STATE IN YOUR PROPOSAL WHETHER YOU ARE SUBMITTING AN OFFER FOR THE "RESERVED" CONTRACT AWARD AND ARE AN ELIGIBLE SMALL BUSINESS CONCERN IN ORDER TO BE CONSIDERED FOR THE "RESERVED" AWARD. Large business concerns must submit a Small Business Subcontracting Plan with their proposal.

The contracts resulting from this solicitation will be IDIQ Contracts with a base ordering period of two (2) years and two (2) eighteen-month option periods for a maximum term of five (5) 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 for the base period only, if needed, after award.

The solicitation issue date is November 9, 2020. The solicitation closing date is forty-nine (49) days after the issuance of the solicitation, or December 28, 2020, at 4:30 PM Eastern Standard Time (EST). All questions and requests for clarification regarding this solicitation must be submitted to the Contracting Officer via email by no later than November 23, 2020. 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 is 7 days after order placement for emergency orders and 21 days after order placement for routine orders.

The total estimated aggregate value for the proposed five-year contracts is $730,000,000.00. The total maximum aggregate value for the proposed five-year contracts is $900,000,000.00, meaning that the sum of all orders against all contracts shall not exceed $900,000,000.00. 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 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.

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.

Amendment 0001 was issued on 12/14/2020 to extend the closing date for the receipt of proposals to 01/18/2021 at 4:30 PM EST and incorporate the Price Evaluation List (PEL) questions submitted by interested parties and the Government responses.

Amendment 0002 was issued on 12/14/2020 to incorporate questions submitted by interested parties and the Government responses, and to incorporate changes.

Amendment 0004 was issued on 1/11/21 to revise the Price Evaluation List Spreadsheet (Attachment 0001) to include a Country of Origin Column, as set forth on Page 68 of the Solicitation.

Note, there was no Amendment 0003.

Posted: Dec. 14, 2020, 11:28 a.m. EST
Posted: Dec. 14, 2020, 10:02 a.m. EST
Posted: Nov. 9, 2020, 8:16 a.m. EST
Posted: Nov. 9, 2020, 8:00 a.m. EST

Overview

Response Deadline
Jan. 18, 2021, 4:30 p.m. EST (original: Dec. 28, 2020, 4:30 p.m. EST) Past Due
Posted
Nov. 9, 2020, 8:00 a.m. EST (updated: Jan. 11, 2021, 10:33 a.m. EST)
Set Aside
None
Place of Performance
United States
Source
SAM

Current SBA Size Standard
1500 Employees
Pricing
Likely Fixed Price
Est. Level of Competition
Average
Vehicle Type
Indefinite Delivery Contract
On 11/9/20 DLA Troop Support - Construction and Equipment issued Synopsis Solicitation SPE8E4-21-R-0001 for Metals Tailored Logistics Support (TLS) Program due 1/18/21. The opportunity was issued full & open with NAICS 331110 and PSC 9640.
Primary Contact
Name
Aria Gessner   Profile
Phone
(215) 737-7252

Secondary Contact

Name
Jennifer Chau   Profile
Phone
(215) 737-3744

Documents

Posted documents for Synopsis Solicitation SPE8E4-21-R-0001

Question & Answer

Opportunity Lifecycle

Procurement notices related to Synopsis Solicitation SPE8E4-21-R-0001

Award Notifications

Agency published notification of awards for Synopsis Solicitation SPE8E4-21-R-0001

IDV Awards

Indefinite delivery vehicles awarded through Synopsis Solicitation SPE8E4-21-R-0001

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Synopsis Solicitation SPE8E4-21-R-0001

Similar Active Opportunities

Open contract opportunities similar to Synopsis Solicitation SPE8E4-21-R-0001

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEFENSE LOGISTICS AGENCY (DLA) > TROOP SUPPORT CONSTRUCTION & EQUIPMENT > DLA TROOP SUPPORT
FPDS Organization Code
97AS-SPE8E5
Source Organization Code
500042215
Last Updated
Feb. 2, 2021
Last Updated By
aria.gessner@dla.mil
Archive Date
Feb. 2, 2021