The RFP Database
New business relationships start here

Procurement of No-Bid Items


Ohio, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

Defense Logistics Agency (DLA) Land & Maritime (L&M) is issuing a solicitation for a five (5) year, Indefinite-Quantity Contract for the procurement of items that are deemed to be "Cannot Procure" or "Non-Procurable," but for which DLA L&M has an existing need for contract fulfillment.  This Sources Sought is being conducted as a means of conducting market research to identify parties having an interest in and the resources to support a requirement to use third-party vendors to fulfill existing procurement needs that are deemed "Cannot Procure" or "Non-Procurable." Items scheduled for inclusion in the future solicitation population are attached to this synopsis, but may be expanded after contract award. 
The resulting contract will likely be a Fixed-Price with economic price adjustment and prospective price redetermination pursuant to FAR 16.205.  The ordering period will include a single five (5) year base period; a price redetermination will occur at the onset of year three (3).  This acquisition will include items managed by DLA and depot level repairable (DLR) items managed by the Military Services.  The items are categorized in multiple Federal Supply Classes (FSC) and ordered by National Stock Number (NSN).  An initial population of 465 NSNs will be solicited.  Additional items may be added to the resultant contract in phases throughout the contract duration. 

The resulting contract will be a stock contract with shipments being delivered to the various DLA depots within the Continental United States (CONUS).  Consumable items are typically FOB destination with inspection/acceptance at origin or destination, dependent on the item's criticality, and DLR items are FOB origin with inspection/acceptance at origin.  The NSN population is included in this synopsis, part numbers, and annual estimated quantities for the initial population are included with the synopsis.  Any supplies to be furnished under this resulting contract will be ordered by issuance of a delivery order.

Please note that there IS NO SOLICITATION AT THIS TIME.  This request for capability information does not constitute a request for proposals; submission of any information in response to this market survey is purely voluntary; the Government assumes no financial responsibility for any costs incurred. 

Surplus dealers and small business dealers and distributors having existing stocks of surplus or newly manufactured material are invited to respond to this synopsis.  The response should include a completed surplus certificate, Defense Logistics Agency Directive (DLAD) 52.211-9000, Government Surplus Material, or adequate traceability documentation to show product is acceptable.  In addition, respondents should identify quantity available and price.  DLA will consider all such responses and may alter the acquisition strategy if purchase of existing surplus or newly manufactured inventory is in the best interests of the government.  Additionally, please include the following information: 1) Organization name, address, email address, Web site address, telephone number, and size and type of ownership for the organization; 2) Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements.

The government will evaluate market information to ascertain potential market capacity to 1) provide services consistent in scope and scale with those described in this notice and otherwise anticipated; 2) secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements; 3) implement a successful project management plan that includes: compliance with tight program schedules; cost containment; meeting and tracking performance; hiring and retention of key personnel and risk mitigation; and 4) provide services under a performance based service acquisition contract.

Based on the responses to this Sources Sought Notice, this requirement may be set-aside for small businesses or procured through full and open competition. 

Submission Instructions: Interested parties who consider themselves qualified to perform the above-listed services are invited to submit a response to this Sources Sought Notice on January 25, 2017 by 5:00 PM. All responses under this Sources Sought Notice must be emailed to Charles.Underwood@dla.mil.

If you have any questions concerning this opportunity, please contact: Charles (Chad) Underwood, (614) 692-3192.


Charles D. Underwood, Phone 6146923192, Email charles.underwood@dla.mil - Megan Rodino, Contracting Officer, Phone (614) 477-7805, Email Megan.Rodino@dla.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP