The solicitation number is SPE8E6-19-R-0005 and will be issued unrestricted. FAR Part 15 Contracting by Negotiation procedures will be utilized. Lowest Price Technically Acceptable (LPTA) in accordance with FAR 15.101-2 will be the source selection approach. The Government intends on making multiple awards. The exact number of contracts awarded will be based on a determination by the contracting officer at the time of award. The Government reserves the right to make a single award if it is in the best interest of the Government.
The estimated five-year contract dollar value including options is $125,000,000.00. The guaranteed minimum for the resultant contract(s) will be a one-time obligation of $250,000.00 during the base period, for the life of each contract awarded, regardless of any exercised option periods. The Maximum Contract Dollar Value that may be ordered against any resulting contracts is $500,000,000.00.
Delivery will be FOB Origin. The Government required delivery schedule is as follows:
45 days after date of order (ADO) for CONUS DLA Direct and Direct Vendor Delivery requirements.
30 days after date of order (ADO) for OCONUS DLA Direct and Direct Vendor Delivery requirements.
The contractor is required to submit samples for First Article Test (FAT) after award prior to issuance of any delivery orders. First Article Test (FAT) is required unless waived by the Contracting Officer.
The EBS are to be manufactured in accordance with specification MIL-DTL-32488 and Supplemental Quality Assurance Provision for specifications
This is NOT a Request for Proposal (RFP), Request for Quote (RFQ), or invitation for Bid. The Government is in no way obligated to purchase any materials as a result of this notice.
The estimated release date of the solicitation is July 22, 2019. The date is subject to change. A copy of the solicitation will be available through DLA Internet Bid Board System (DIBBS). https://www.dibbs.bsm.dla.mil/. All responsible sources will be able to submit a proposal which will be considered by DLA Troop Support.
WALL,PROTECTIVE,RAP
Expeditionary Barrier System (EBS)
In accordance with MIL-DTL-32488
NSN: 5450016180992, Type 1, Class B
NSN: 5450016181018, Type 1, Class G
Quantity per pallet: stack with U/I to maximize but not exceed pallet dimensions.
Pallet size: 80 inches high x 45 inches wide x 55 inches long.
NSN: 5450016181038, Type 2, Class B
NSN: 5450016181041, Type 2, Class G
Quantity per pallet: 120
Pallet size: 33 inches high x 75 inches wide x 78 inches long.
NSN: 5450016181046, Type 3, Class B
NSN: 5450016181054, Type 3, Class G
-Quantity per pallet: 8
-Pallet size: 70 inches high x 46 inches wide x 46 inches long.
NSN: 5450016181064, Type 4, Class B
NSN: 5450016181069, Type 4, Class G
-Quantity per pallet: 8
-Pallet size: 67 inches high x 41 inches wide x 105 inches long.
NSN: 5450016181074, Type 5, Class B
NSN: 5450016181101, Type 5, Class G
-Quantity per pallet: 50
-Pallet size: 33 inches high x 75 inches wide x 78 inches long.
NSN: 5450016181105, Type 7, Class B
NSN: 5450016181117, Type 7, Class G
-Quantity per pallet: 1
-Pallet size: 24 inches high x 86 inches wide x 90 inches long.
NSN: 5450016181129, Type 8, Class B
NSN: 5450016177651, Type 8, Class G
-Quantity per pallet: 4
-Pallet size: 59 inches high x 42 inches wide x 50 inches long.
NSN: 5450016181134, Type 9, Class B
NSN: 5450016181137, Type 9, Class G
-Quantity per pallet: 7
-Pallet size: 67 inches high x 43 inches wide x 43 inches long.
NSN: 5450016181141, Type 10, Class B
NSN: 5450016181143, Type 10, Class G
-Quantity per pallet: 1
-Pallet size: 31 inches high x 64 inches wide x 92 inches long.
Contractor Notes:
-Each individual EBS unit shall include a sufficient number of hog rings, bagged and firmly attached.
-Wood Pallets shall be in compliance with MIL-STD-147. Wrapping material shall be non-transparent that blocks UV and weather exposure.
-Labeling shall be in accordance with MIL-STD-129.
- Lot and batch bare item markings will be applied on each U/I. Lot and batch markings will be placed on U/I were it is visible doing storage and when item is erected.
-"DLAD clause 52.247-9012 Requirements for Treatment of Wood Packaging Material (WPM) applies".
RP001: DLA PACKAGING REQUIREMENTS FOR PROCUREMENT
RA001: THIS DOCUMENT INCORPORATES TECHNICAL AND/OR QUALITY REQUIREMENTS (IDENTIFIED BY AN 'R' OR AN 'I' NUMBER) SET FORTH IN FULL TEXT IN THE DLA MASTER LIST OF TECHNICAL AND QUALITY REQUIREMENTS FOUND ON THE WEB AT: http://www.dla.mil/HQ/Acquisition/Offers/eProcurement.aspx. FOR SIMPLIFIED ACQUISITIONS, THE REVISION OF THE MASTER IN EFFECT ON THE SOLICITATION ISSUE DATE OR THE AWARD DATE CONTROLS. FOR LARGE ACQUISITIONS, THE REVISION OF THE MASTER IN EFFECT ON THE RFP ISSUE DATE APPLIES UNLESS A SOLICITATION AMENDMENT INCORPORATES A FOLLOW-ON REVISION, IN WHICH CASE THE AMENDMENT DATE CONTROLS.
RQ009: INSPECTION AND ACCEPTANCE AT ORIGIN
RQ011: REMOVAL OF GOVERNMENT IDENTIFICATION FROM NON-ACCEPTED SUPPLIES
SPECIFICATIONS OR COMMERCIAL ITEM DESCRIPTIONS (CIDS) MAY BE OBTAINED FROM THE WEB SITE http://quicksearch.dla.mil/.
THIS NSN IS PROCURED AS FULLY COMPETITIVE IN ACCORDANCE WITH A MILITARY / FEDERAL SPECIFICATION/STANDARD. SEE SECTION L, CLAUSE 52.211-2 FOR ORDERING SUCH DATA.
UNLESS OTHERWISE NOTED FIRST ARTICLE TESTING IS REQUIRED
QAP EQ003 APPLIES