Trade Leads

TRANSPORTATION EQUIPMENT MANUFACTURING
Vehicular equipment components NAICS Code: 336 -- Transportation Equipment Manufacturing/336992 -- Military Armored Vehicle, Tank, and Tank Component Manufacturing The project is intended to support the purchase of sustainment spares for the following 6 military vehicles manufactured by General Dynamics Land Systems (GDLS): 1) Abrams Main Battle Tank, 2) Stryker Family of Vehicles, 3) Light Armored Vehicle Family of Vehicles, 4) Cougar, 5) Buffalo, and 6) RG-31. The awardee will be responsible for providing end to end logistics support in an effort to 1) maintain industrial preparedness through configuration management, obsolescence management, and supplier base maintenance, 2) sustain at least current material availability levels and 3) reduce material costs to DLA's customers in support of the above GDLS vehicles. An awardee selected for this acquisition will not merely provide individual spare part support, but will also be required to perform supply chain and inventory management, delivery, warehousing, transportation, material forecasting, and industrial preparedness support in order to mitigate the impact of obsolete parts and configuration management changes. An integral component of this project is the ability to supply a wide array of items which will require relationships with the current manufacturers of the required items. The intent of this project is to make an award to a single integrator for the program. All responsible sources may submit an offer/quote which shall be considered. Based upon market research, the Government is not using the policies contained in Part 12, Acquisition of Commercial Items, in its solicitation for the described supplies or services. However, interested persons may identify to the contracting officer their interest and capability to satisfy the Government's requirement with a commercial item within 15 days of this notice. The solicitation document contains information that has been designated as "Militarily Critical Technical Data." Only businesses that have been certified by the Department of Defense, United States/Canada Joint Certification Office, and have a valid requirement may have a copy of the solicitation document. All requests for copies of the solicitation document must include a certified copy of DD Form 2345, Militarily Critical Technical Data Agreement. To obtain certification, contact: Commander, Defense Logistics Information Service (DLIS), ATTN: U.S./Canada Joint Certification Office, 74 Washington Avenue North, Battle Creek, MI 49017-3084 or call the DLIS at (800)-352-3572. The DLIS Unites States/Canada Joint Certification Lookup service is available via the Internet at: http://www.dlis.dla.mil/ccal/. One or more of the items under this acquisition may be subject to an Agreement on Government Procurement approved and implemented in the United States by the Trade Agreements Act of 1979. All offers shall be in the English language and in U.S. dollars. All interested suppliers may submit an offer. The solicitation will be available on DLA's Internet Bid Site (https://www.dibbs.bsm.dla.mil/RFP/) on its issue date on or about August 28, 2014. The Small Business size standard is _1000__ employees. Drawings/specifications will be available through the DIBBS solicitation link in the synopsis on the solicitation issue date. The proposed procurement contains an option to extend the contract period one or more times at the discretion of the government. The total duration (base plus option years) shall not exceed 5 years. 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. TYPE OF SET-ASIDE: Unrestricted. Added: Aug 20, 2014 12:52 pm Please note this is a notice that the project's anticipated value has been changed. The project's anticipated 5-year value is approximately $74 million and the anticipated initial maximum value is approximately $93 million. In addition, a spreadsheet attachment will be posted with this notice that includes the potential approved sources and part numbers for each NSN. Please note, this is not an offical source listing and the offical source listing will only be posted with the solicitation. This listing is simply for reference purposes. Added: Sep 02, 2014 9:48 am The scheduled solicitation issuance date is now Wednesday September 24, 2014. The solicitation will be available on DLA's Internet Bid Site (https://www.dibbs.bsm.dla.mil/RFP/). Please consult the list of document viewers if you cannot open a file. NSN Listing Type: Other (Draft RFPs/RFIs, Responses to Questions, etc..) Posted Date: August 8, 2014 14R0106_-_NSN_Listing_-_For_FED_BIZ_OPS.xlsx (17.51 Kb) Description: NSN Listing Source Listing Type: Other (Draft RFPs/RFIs, Responses to Questions, etc..) Posted Date: August 20, 2014 14-R-0106-FBO_-_Source_List.xlsx (17.49 Kb) Description: 14R0106 Source Listing Contracting Office Address: P O Box 3990 Columbus, Ohio 43216-5000 United States Primary Point of Contact.: Bret A. Griffin bret.griffin@dla.mil Phone: 614-692-1148