Search Contract Opportunities

Fire & Emergency Services Equipment Tailored Logistics Support Program

ID: SPE8EH-16-R-0001 • Type: Synopsis Solicitation • Match:  85%
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Do the documents mention an incumbent contractor?
Does this contract have any security clearance requirements?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

Posted: May 18, 2016, 4:18 p.m. EDT

DLA Troop Support DLA Troop Support intends to enter into Tailored Logistic Support (TLS) Indefinite Delivery Indefinite Quantity (IDIQ) contracts to support the fire and emergency services equipment requirements of military installations, federal agencies, and other authorized customers worldwide.

The solicitation will be issued as a 100% Total Small Business Set-Aside (SBSA) acquisition. The Government intends to award multiple Indefinite Delivery Indefinite Quantity (IDIQ) TLS contracts, a minimum of three, as a result of the anticipated solicitation. Proposals will be evaluated using best value tradeoff procedures, in accordance with FAR 15.101-1 and the DoD Source Selection Procedures, and will not be limited to cost or price alone.
The Fire & Emergency Services Equipment (F&ESE) TLS Program Contracts will contain a base ordering period, which may include a "ramp-up" period of 60 days if necessary. The contracts will also include a provision for a unilateral option on the part of the contracting officer to extend the contract for one (1) year each for a potential five year total term. The estimated dollar value of this acquisition (inclusive of all contracts awarded) is $788 million over the potential five year term. The maximum dollar value of this acquisition (inclusive of all contracts awarded and options) is $985 million. The contract maximum does include potential surge and contingency requirements.
In general, the scope of the acquisition includes fire and emergency equipment and related supplies and incidental services including, but are not limited to: hoses, hose fittings, nozzles, tools, fire extinguishers and other extinguishing agents, rescue equipment, respiratory protective devices, regulators, uniforms, turn out gear, first response and search and rescue supplies, decontamination equipment, detection equipment, hazardous material (HAZMAT), communication equipment, training equipment, compressors, emergency egress and protective systems, pumps, and generators.
After the contracts are awarded, pursuant to the fair opportunity requirements of FAR 16.505(b), all delivery orders will be competed among all awardees, except that the Government reserves the right to direct orders to a particular source under urgent circumstances, to meet contractual minimums, or to provide economy and efficiency as a logical follow-on to an order already issued in accordance with FAR 16.505(b)(2) Exceptions to the Fair Opportunity Process.
The Request for Proposal (RFP) has been issued under solicitation number SPM8EH-16-R-0001 is included as an attachment to this FedBizOpps Posting. The RFP may also be found on the DLA Internet Bid Board System at http://www.dibbs.bsm.dla.mil.
The closing date of the RFP is June 27, 2016 at 3:00 p.m. (Eastern).
A Pre-Proposal Information Session will be held to explain the requirements of this solicitation (SPM8EH-16-R-0001) and to respond to questions raised by prospective offerors. Prospective offerors are encouraged to attend. To arrange attendance, prospective offerors are requested to contact Howard T. Page III, John S. Cuorato Jr., and Lauren Colabelli using the information provided below:
POC Names: Howard T. Page III, John S. Cuorato Jr., and Lauren Colabelli
POC Telephone: 215-737-5280; 215-737-4873; 215-737-7626
POC Email Address: howard.page@dla.mil; john.s.cuorato@dla.mil; lauren.colabelli@dla.mil
The date, time, and location of the Pre-Proposal Information Session are provided below:
Date: June 1, 2016
Time: Registration at 8:00 AM. (Eastern), Start at 8:30 AM (Eastern)
Location: Four Points by Sheraton, 9461 Roosevelt Boulevard, Philadelphia, PA 19114

*****Please specifically state whether any foreign nationals will be attending this Pre-Proposal Information Session*****
The briefing will start promptly at 8:30 AM; please arrive at least 30 minutes prior to sign-in and be seated. The information session is anticipated to last until 11:30 AM.
Prospective offerors are requested to submit questions regarding the solicitation in writing via electronic mail to the above e-mail addresses five (5) business days in advance of the Pre-Proposal Information Session (or no later than May 25, 2016) to allow their inclusion in the agenda. When registering, please provide the full/official name of your company, your company cage code, and the number of people from your company that will be attending, including their full names, job titles, email addresses, and office/mobile phone numbers. Questions will be considered at any time prior to or during the conference; however, offerors will be asked to confirm verbal questions in writing.
Any questions regarding this announcement or the solicitation may be directed via email to howard.page@dla.mil, john.cuorato@dla.mil, and lauren.colabelli@dla.mil. All questions must be submitted by June 13, 2016. Responses to questions received will be posted on FedBizOpps as an Amendment to this notice.

Posted: May 17, 2016, 10:33 a.m. EDT
Posted: May 12, 2016, 5:23 p.m. EDT

Overview

Response Deadline
June 27, 2016, 4:00 p.m. EDT Past Due
Posted
May 12, 2016, 5:23 p.m. EDT (updated: June 21, 2016, 4:46 p.m. EDT)
Set Aside
Small Business (SBA)
Place of Performance
700 Robbins Avenue PHILADELPHIA, PA 19111 USA
Source

Current SBA Size Standard
550 Employees
Pricing
Likely Fixed Price
Est. Level of Competition
High
On 5/12/16 DLA Troop Support - Construction and Equipment issued Synopsis Solicitation SPE8EH-16-R-0001 for Fire & Emergency Services Equipment Tailored Logistics Support Program due 6/27/16. The opportunity was issued with a Small Business (SBA) set aside with NAICS 339999 (SBA Size Standard 550 Employees) and PSC 42.
Primary Contact
Title
IST Chief Marine Life Saving & Diving Equipment
Name
John S. Cuorato Jr.   Profile
Phone
(215) 737-4873

Secondary Contact

Title
Division Chief - Fire and Marine Division
Name
Howard T. Page III   Profile
Phone
(215) 737-5280

Documents

Posted documents for Synopsis Solicitation SPE8EH-16-R-0001

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

IDV Awards

Indefinite delivery vehicles awarded through Synopsis Solicitation SPE8EH-16-R-0001

Contract Awards

Prime contracts awarded through Synopsis Solicitation SPE8EH-16-R-0001

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Synopsis Solicitation SPE8EH-16-R-0001

Similar Active Opportunities

Open contract opportunities similar to Synopsis Solicitation SPE8EH-16-R-0001

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEFENSE LOGISTICS AGENCY (DLA) > DLA Troop Support - Construction & Equipment
Source Organization Code
94a5d1c573693bda4576fa7d7b7fb972
Last Updated
June 28, 2016
Last Updated By
PI33_DR_IAE_51681
Archive Date
June 28, 2016