The RFP Database
New business relationships start here

Special Operational Equipment (SOE)


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

  Market Research
Special Operational Equipment (SOE)
Tailored Logistics Support (TLS) Program

 The Defense Logistics Agency (DLA) Troop Support- Philadelphia is conducting market research for the next generation of support for the SOE TLS Program.  It is anticipated that the acquisition will be a Small Business Set-Aside with a Waiver to the Non-Manufacturer Rule; therefore, DLA is seeking input from potential small business integrators/resellers/dealers. 

This acquisition targets supply chain support for a wide variety of products to meet the Special Operational Equipment requirements of DLA customers to include military installations and federal activities worldwide.  SOE TLS vendors will provide the full range of functions including: establishing relationships with manufacturers, providing the best commercial pricing available, providing technical support to customers, managing shipments/deliveries, and providing transportation visibility to achieve a solution for DLA customers. 

DLA anticipates a multiple award Indefinite Delivery Indefinite Quantity (IDIQ) contract approach with post-award competition of delivery orders.  SOE Vendors will be required to respond to a high volume of delivery order request for quotes (RFQs).  Sales are estimated at $1 billion annually; which is comprised of 30,000 Delivery Orders consisting of 60,000 lines.  SOE vendors will be expected to deliver requirements worldwide.  The estimates provided are based on current information available to the Contracting Officer, subject to change, and are not a guarantee.

        The following list provides a representation of the categories of product that shall be made available.  The categories listed are NOT all-inclusive, but provide a representation of the various types of products that the Government anticipates supplying under this acquisition. 

Items may be identified by NSN, commercial item descriptions (CID), and part-numbers.  The equipment covered consists of commercial items and commercially modified items (commercial items requiring minor modification to fit military applications) such as: 

1.         Survival Gear and Equipment Kits
2.         Tactical Equipment
3.         Personal Protection Equipment
4.         Protective Eyewear and Vision Enhancing Equipment 
5.         Escalation of Force Equipment
6.         Visit Board Search and Seizure (VBSS)
7.         Scuba Gear and Miscellaneous Diving Equipment
8.         Thermal Protection Equipment
9.         Surface Supplied Diving Equipment
10.     Communication Devices (such as walkie-talkies, two-way radios, etc.)
11.     Compressors and Air Purification Systems
12.     Hyperbaric Instrumentation & Equipment and Saturation Equipment
13.     Lifesaving/Search and Rescue Equipment
14.     Air Crew Support and Flight Deck Safety Items
15.     Underwater Tools
16.     Protective Gear, Miscellaneous Apparel, Clothing and Textiles
17.     Load Carrying Equipment (vests, backpack systems, trunk lockers, etc.)
18.     Lethality Support Items (slings, holsters, straps, fasteners, reflective belts, etc.)
19.     Mountain Climbing Equipment  

Products supplied have come from such companies as:  Aqua Lung, London Bridge Trading, Stearns, Blackhawk, Wiley X, Revision, Eye Safety Systems (ESS), Pelican, Safariland, Benchmade, and Eagle Industries.

This inquiry is issued for the purpose of market research only and the Government is in no way obligated to purchase any material because of this inquiry.  No information provided in response to this inquiry will be considered binding between the vendor and the Government and the Government will not pay for any information submitted.  With these facts in mind, it is requested that you review the above and answer the questions on the attached survey.  The answers you provide will remain confidential.  Please return this survey to Brigid Scanlan at brigidann.scanlan@dla.mil by COB August 9, 2017. If a solicitation or solicitations would result, it/they would be synopsized on the FedBizOpps website and it would be the offeror's responsibility to monitor the FedBizOpps website for any such notices. 

 

 


Brigid Ann Scanlan, Contract Specialist, Phone 2157378003, Email brigidann.scanlan@dla.mil - Mary E Ryan, Contracting Officer, Phone 215-737-0301, Email Mary.Ryan@dla.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP