Search Contract Opportunities

JLTVCI Open Season and Contract Maximum Increase   2

ID: SPE7LX21R0071-SPE7LX22D0076-0077-0078 • Type: Sources Sought
By the Time It's in SAM, It's too Late

Find opportunities months earlier with HigherGov forecasts

Free Trial Schedule Demo

Description

Posted: Oct. 6, 2022, 4:15 p.m. EDT

10/6/22 - The FSC for the 3 NSNs listed below in Chart 1 has changed. The NSNs are listed under their Old FSC in the Attached spreadsheet titled "NSN Listing .

Chart 1

NIIN Old FSC New FSC Updated NSN Number

01-676-2903 2610 2530 2530-01-676-2903

01-671-3414 2920 2590 2590-01-671-3414

01-659-7107 9535 2590 2590-01-659-7107

9/28/22 - The Contract Maximum change discussed below is being re-adjusted. The Government intends to change the contract maximum to $221,000,000.00 rather than the $200,000,000.00 or $480,000,000.00 noted below. The contract maximum will be shared among all Basic Contract holders listed below via contract modification as well as any new contract holders awarded through the Open Season described below. Once again, the Government intends to change the contract maximum to $221,000,000.00.

9/23/22 - The Contract Maximum change discussed below is being adjusted. The Government intends to change the contract maximum to $200,000,000.00 rather than the $480,000,000.00 noted below. The contract maximum will be shared among all Basic Contract holders listed below via contract modification as well as any new contract holders awarded through the Open Season described below.

Offerors interested in participating in the JLTVCI Program's Open Season please review this announcement, all announcement attachments and the attached Market Research Questionnaire titled JLTVCI Open Season Market Research . Please provide your company's market research response to Bret Griffin at Bret.Griffin@dla.mil and Robert Harris at Robert.Harris@dla.mil.

The Joint Light Tactical Vehicle (JLTV) Competitive Initiative contracts are five year Indefinite Delivery, Indefinite Quantity (IDIQ) Multiple Award Contracts (MAC) supporting a broad range of JLTVs. The contracts are structured with a three-year base period and two (2) one-year option periods. The contracts were awarded February 18, 2022 to the companies listed below. The contracts will conclude February 17, 2027 if all option periods are exercised.

Basic Contracts Awarded

SPE7LX-22-D-0076 (D0076) Oshkosh CAGE 75Q65

SPE7LX-22-D-0077 (D0077) Brighton Cromwell (Brighton) CAGE 3NNX8

SPE7LX-22-D-0078 (D0078) Aero-Tel (Aero) CAGE 1KJF2

TOTAL CURRENT CONTRACT MAXIMUM: $83,993,731.40 - Per the terms contract's, the maximum dollar value of this acquisition will be shared among all Basic Contracts awarded.

The Government intends to change the contract maximum to $480,000,000.00 shared among all Basic Contract holders listed above via contract modification as well as any new contract holders awarded through the Open Season described below.

In conjunction with the modification to increase the Contract Maximum of the current basic contracts to $480M, the solicitation will be re-opened to conduct an Open Season per Section 11 of the Statement of Work (SOW) to potentially add new JLTVCI prime contractors under the updated terms and conditions of the JLTVCI basic contracts. Section 11 of the SOW is listed below.

SOW Section 11.0 - OPEN SEASON PROCEDURES, as amended May 24, 2022 is listed below.

(a) If DLA determines that it would be in the Government's best interest to issue a new solicitation to add new JLTVCI prime contractors, the Contracting Officer may do so at any time provided that:

(i) The solicitation is issued under then-applicable federal procurement law;

(ii) Any Contractor that meets the eligibility requirements may submit a proposal in response to the new solicitation; however, existing JLTVCI prime contractors may not hold more than one basic contract at a time.

(iii) The award decision under any solicitation is based upon the same evaluation factors and sub-factors as the original solicitation.

(iv) The terms and conditions of any resulting awards from a new solicitation are not materially different from the existing version of the basic contract;

(v) The terms for any such new awards from a solicitation is synchronous with the existing terms for all other JLTVCI prime contractors, including the option periods;

(vi) If awarded a JLTVCI IDIQ contract, any new JLTVCI prime contractor is eligible to submit a proposal in response to order RFPs and receive order awards with the same rights and obligations as any other JLTVCI prime contractors.

NSN LISTING:

At award stage the JLTVCI Program contained 6564 NSNs.

The JLTVCI Program now contains 6561 NSNs.

The following NSNs have been removed from the program via Contract Modification:

2540-01-677-9351

2540-01-674-3054

2520-01-673-1378

The NSNs listed above are included in the attachment titled NSN Listing but are highlighted in yellow and notated as Removed . NSN 2540-01-674-3054 is listed on the Now Ready NSNs tab. NSNs 2520-01-673-1378 and 2540-01-677-9351 are listed on the Potential NSNs tab.

Please note per the Program's terms and conditions, items are continuously being cleared technically, and having NSN numbers assigned to them, so the current JLTVCI NSN listing found in the attachment titled NSN Listing is not the entire list that may be added to this procurement but are the NSNs that are known at this time.

At the time of initial solicitation, there were 448 NSNs within the scope of the action that were reviewed by Government Technical Personnel and determined ready for procurement. These NSNs were included as part of the Price Evaluation List (PEL) referenced in the solicitation. The NSNs that were part of the PEL are listed in the attacment titled NSN Listing on the tab titled PEL Listing .

There were an additional 6,116 NSNs (now 6,113 following the removal of the NSNs listed above) that were assigned to the JLTV program at the time of solicitation that were not reviewed by Government Technical Personnel and were not ready for procurement at that time. These NSNs were part of the scope of the action, listed in the solicitation and are part of all 3 contracts listed above.

The solicitation noted that any or all of these 6,116 NSNs (now 6,113 following the removal of the NSNs listed above) may be reviewed by Government Technical Personnel, become ready for procurement during the life of the contract and may be ordered during the period of performance via competed orders.

Government Technical Personnel have reviewed an additional 1714 (now 1713 following the removal of NSN 2540-01-674-3054 as noted above) of the 6116 NSNs (now 6,113 following the removal of the NSNs listed above) and determined the 1714 NSNs (now 1713 following the removal of NSN 2540-01-674-3054 as noted above) listed in the spreadsheet titled NSN Listing on the tab titled Now Ready NSNs are ready for procurement during the life of the contract and may be ordered during the period of performance via competed orders.

The remainder of the 6116 NSNs (now 6,113 following the removal of the NSNs listed above) are listed in the attachment titled NSN Listing on the tab titled Potential NSNs . Government Technical review of the NSNs listed on the Potential NSNs tab is ongoing and once these NSNs have been determined ready for procurement these NSNs may be ordered during the period of performance via competed orders through the JLTVCI Program.

SCOPE OF THE CONTRACT:

The scope of the contracts include any fully competitive and/or limited source(s) DLA managed product, used by the DoD or the Federal Government to repair or replace any item, or system, used on the JLTV vehicles. The Weapon System Designator Codes (WSDCs) within the scope of this contract include, but are not limited to: Army J8A, and the following Marine WSDCs: O0M United States Marine Corps (USMC) General Purpose Truck, O1M USMC Heavy Guns Carrier, O2M USMC Close Combat Weapons Carrier, and O3M USMC Truck Utility, and any accompanying part/accessory for mission accomplishment. The Federal Supply Classes (FSC) covering these items include, but are not limited to:

2010 Ship and Boat Propulsion Components

2510 Vehicular Cab, Body, and Frame Structural Components

2520 Vehicular Power Transmission Components

2530 Vehicular Brake, Steering, Axle, Wheel, and Track Components

2540 Vehicular Furniture and Accessories

2541 Weapons Systems Specific Vehicular Accessories

2590 Miscellaneous Vehicular Components

2805 Gasoline Reciprocating Engines

2815 Diesel Engines and Components

2910 Engine Fuel System Components, Non-Aircraft

2920 Engine Electrical System Components, Non-Aircraft

2930 Engine Cooling System Components, Non-Aircraft

2940 Engine Air and Oil Filters, Strainers, and Cleaners, Non-Aircraft

2990 Miscellaneous Engine Accessories, Non-Aircraft

3020 Gears, Pulleys, Sprockets, and Transmission Chain

3030 Belting, Drive Belts, Fan Belts, and Accessories

3040 Miscellaneous Power Transmission Equipment

3110 Bearings, Antifriction, Unmounted

3120 Bearings, Plain, Unmounted

3950 Winches, Hoists, Cranes, and Derricks

3990 Miscellaneous Materials Handling Equipment

4010 Chain and Wire Rope

4130 Refrigeration and Air Conditioning Components

4210 Firefighting Equipment

4320 Power and Hand Pumps

4330 Centrifugals, Separators, and Pressure and Vacuum Filters

4710 Pipe, Tube and Rigid Tubing

4720 Hose and Flexible Tubing

4730 Hose, Pipe, Tube, Lubrication, and Railing Fittings

4810 Valves, Powered

4820 Valves, Nonpowered

4910 Motor Vehicle Maintenance and Repair Shop Specialized Equipment

5315 Nails, Machine Keys, and Pins

5325 Fastening Devices

5330 Packing and Gasket Materials

5340 Hardware, Commercial

5342 Hardware, Weapon System

5355 Knobs and Pointers

5365 Bushings, Rings, Shims, and Spacers

5430 Storage Tanks

5895 Miscellaneous Communication Equipment

5905 Resistor

5925 Circuit Breakers

5930 Switches

5935 Connectors, Electrical

5963 Electronic Modules

5970 Electrical Insulators and Insulating Materials

5985 Antennas, Waveguides, and Related Equipment

5995 Cable, Cord, and Wire Assemblies: Communication Equipment

5998 Electrical and Electronic Assemblies, Boards, Cards, and Associated Hardware

5999 Miscellaneous Electrical and Electronic Components

6150 Miscellaneous Electric Power and Distribution Equipment

6220 Electric Vehicular Lights and Fixtures

6350 Miscellaneous Alarm, Signal, and Security Detection Systems

6620 Engine Instruments

6625 Electrical and Electronic Properties Measuring and Testing Instruments

6650 Optical Instruments, Test Equipment, Components and Accessories

6680 Liquid and Gas Flow, Liquid Level, and Mechanical Motion Measuring Instruments

6685 Pressure, Temperature, and Humidity Measuring and Controlling Instruments

6695 Combination and Miscellaneous Instruments

7690 Miscellaneous Printed Matter

8145 Specialized Shipping and Storage Containers

Additionally, the solicitation and contract notified all offerors and awardees of the following. Please note this statement refers to original solicitation attachments that are not included in the attachment titled SPE7LX21R0071 . This statement also refers to the original solicitation NSN counts. As noted above, the JLTVCI Program NSN count has changed since the initial JLTVCI Program solicitation and award. The current JLTVCI Program NSN listing is found in the attachment titled NSN Listing .

There are currently 448 NSNs within this scope that are technically ready to be solicited and are included in the Price Evaluation List (PEL), Attachment 1 to the Solicitation. The ceiling pricing for these 448 items is requested with your response to this solicitation. The offered prices in the PEL shall be listed for each base year and option year. The contractor's maximum/ceiling price for each NSN shall be quoted in the PEL. After award, in response to a competed purchase order or mini LTC, the price quoted for that NSN shall not exceed the PEL price quoted for that particular contract year. A proposal MUST include pricing for a minimum of 40% (179) of the PEL's NSNs, to be considered for award. There are currently approximately 6,564 NSNs (448 NSNs currently being solicited on Attachment 1, plus the 6,116 NSNs on Attachment 2, Potential NSNs), that have been determined to fall within the scope of this solicitation. The total number of NSNs needed for JLTV weapon system sustainment may increase or decrease as the sustainment effort matures. This current solicitation will be the only planned opportunity that a contractor will have the opportunity to submit a proposal for NSNs that fall within the scope of this solicitation. All items within the scope of the solicitation are considered on the contract and may be ordered during the period of performance via competed orders. Items are continuously being cleared technically, and having NSN numbers assigned to them, so the list of 6,116 potential NSNs is not the entire list that may be added to this procurement but are NSNs that are known at time of solicitation. Mini-LTCs can be competed under the JLTVCI at the discretion of the contracting officer.

The original solicitation, all solicitation amendments and many of the solicitation's attachments are attached to this announcement in the acrobat document titled SPE7LX21R0071 . The attachments of the original solicitation that are not included are listed below:

1. PEL Pricing Evaluation List Excel Spreadsheet

2. NSN Data Excel Spreadsheet

3. PID, Packaging and Marking

5. Section B Surge and Sustainment

6. Section C Statement of Work

The most current SOW is attached to this announcement in the attachment titled SECTION C Current .

Once again, the current JLTVCI NSN listing is found in the attachment titled NSN Listing .

A Market Research Questionnaire titled JLTVCI Open Season Market Research is also attached to this announcement.

It is possible for the solicitation's Open Season to result in additional Basic Contract Awardee(s). Offers submitted during the Open Season will be evaluated using the procedures outlined in the attached original solicitation titled SPE7LX21R0071 to the greatest extent possible.

The solicitation will remain unrestricted.

The solicitation will be available on or about December 15, 2022, at https://www.dibbs.bsm.dla.mil/RFP/ Hard copies are not available.

Increments and delivery schedule will be noted in an attachment to the updated RFP.

All responsible sources may submit an offer/quote, which shall be considered.

While price may be a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price, delivery, past performance, and other evaluation factors as described in the solicitation.

Offerors interested in participating in the JLTVCI Program's Open Season please review this announcement, all announcement attachments and the attached Market Research Questionnaire titled JLTVCI Open Season Market Research . Please provide your company's market research response to Bret Griffin at Bret.Griffin@dla.mil and Robert Harris at Robert.Harris@dla.mil.

Please direct all information to the email addresses below:

Bret.Griffin@dla.mil

Robert.Harris@dla.mil.

Posted: Sept. 28, 2022, 2:45 p.m. EDT
Posted: Sept. 23, 2022, 12:07 p.m. EDT
Posted: Sept. 23, 2022, 11:49 a.m. EDT
Posted: June 14, 2022, 3:46 p.m. EDT

Overview

Response Deadline
Oct. 14, 2022, 1:00 p.m. EDT (original: July 1, 2022, 1:00 p.m. EDT) Past Due
Posted
June 14, 2022, 3:46 p.m. EDT (updated: Oct. 6, 2022, 4:15 p.m. EDT)
Set Aside
None
PSC
None
Place of Performance
Not Provided
Source
SAM

Current SBA Size Standard
1000 Employees
Pricing
Likely Fixed Price
Est. Level of Competition
Low
Odds of Award
46%
Vehicle Type
Indefinite Delivery Contract
On 6/14/22 DLA Land and Maritime issued Sources Sought SPE7LX21R0071-SPE7LX22D0076-0077-0078 for JLTVCI Open Season and Contract Maximum Increase due 10/14/22. The opportunity was issued full & open with NAICS 333318.

NATO Stock Number

Details for included NSNs

Item Name
NO ITEM NAME AVAILABLE
NIIN
016731378
Standard Unit Price (DLA)
$788.16

Item Name
WHEEL ASSEMBLY, PNEUMATIC TIRE
NIIN
016762903
Standard Unit Price (DLA)
$8,930.23

Item Name
WIRING HARNESS, BRANCHED
NIIN
016713414
Standard Unit Price (DLA)
$203.79

Item Name
LATCH, DOOR, VEHICULAR
NIIN
016743054
Standard Unit Price (DLA)
$71.16

Item Name
NO ITEM NAME AVAILABLE
NIIN
016779351
Standard Unit Price (DLA)
$76.02

Item Name
COVER, ACCESS
NIIN
016597107
Standard Unit Price (DLA)
$53.88
Primary Contact
Name
Bret Griffin   Profile
Phone
(614) 692-1148

Secondary Contact

Name
Robert Harris   Profile
Phone
(614) 692-5912

Documents

Posted documents for Sources Sought SPE7LX21R0071-SPE7LX22D0076-0077-0078

Opportunity Lifecycle

Procurement notices related to Sources Sought SPE7LX21R0071-SPE7LX22D0076-0077-0078

Potential Bidders and Partners

Awardees that have won contracts similar to Sources Sought SPE7LX21R0071-SPE7LX22D0076-0077-0078

Similar Active Opportunities

Open contract opportunities similar to Sources Sought SPE7LX21R0071-SPE7LX22D0076-0077-0078

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-SPE7L1
Source Organization Code
500032531
Last Updated
Oct. 29, 2022
Last Updated By
bret.griffin@dla.mil
Archive Date
Oct. 30, 2022