United States - SPE4A224R0002 - ChemPOL Recompete Solicitation Package

For more information and to make a bid you will need to go to the third party website.

Details

Provided by Open Opps
Opportunity closing date
20 September 2024
Opportunity publication date
14 June 2024
Value of contract
to be confirmed
Your guide to exporting
Report opportunity

Description

View Changes 06/13/2024
Amendment SPE4A224R0002-0001 was issued to update the following attachments and to include surge items information.

Attachment 2 - Active NSNs
Attachment 7 - Section L: Instructions, Conditions, and Notices to Offerors or Respondents
Attachment 11 - Section H: Special Contract Requirements
Question and Answer Spreadsheet is attached. 
End of change.
----------------------------
The Defense Logistics Agency - Aviation is seeking a recompete and third-generation award of the ChemPOL contract. The award will ensure a customer direct, total supply chain strategic solution for ChemPOL products to meet customer needs. The awardee will be responsible for supply chain management, inventorying, and shipping ChemPOL products to customers both CONUS and OCONUS. DLA will maintain some inventory at OCONUS locations. The awardee will also be responsible for ensuring the proper storage, transportation and labelling of hazmat products in accordance with state and federal regulations. The awardee must have, or obtain, permits and licensure for the storage and handling of hazmat materials for itself and monitor the permit/licensure status of sub vendors.
The scope of the project includes ~6,680 National Stock Numbers (NSNs) across multiple Federal Supply Classes (FSCs) including 6810 - Chemicals, 6820 - Dyes, 6840 - Pesticides and Disinfectants, 6850 - Miscellaneous Chemical Specialties and 9150 - Oils and Greases, excluding Class I Ozone Depleting Substances.
This contract will support customers in every Service branch, Foreign Military Sales (FMS) and non-military customers. The contract is expected to be very high volume as customers on the current contract place approximately 13,000-17,000 delivery orders per month. Approximately 60% of the orders are from CONUS customers and the remaining 40% from OCONUS customers.
The structure for this acquisition will be a fixed price requirements contract with disincentives and incentives tied to performance. The period of performance will be up to 10 years. Estimated total contract value is $2.2 billion utilizing FAR part 12 and FAR part 15. The requirement will be solicited as a small business set-aside. Metrics will include fill rate and back-order reduction. The vendor will also have to meet Time Definite Delivery Standards.
This will be a competitively awarded contract and best value selection methods will be used. The Government will award a single contract for this action.

List of Attachments:
RFP - Request for Proposal
Attachment 1 - Basic SOW
Attachment 2 - Active NSNs
Attachment 3 - Inactive NSNs
Attachment 4 - Quality Matrix
Attachment 5 - PID Data
Attachment 6 - Disaster Relief Items
Attachment 7 - Section L: Instructions, Conditions, and Notices to Offerors or Respondents
Attachment 8 - Section M: Evaluation Basis for Award
Attachment 9 - Cross Reference Matrix
Attachment 10 - Wholesale Inventory Levels
Attachment 11 - Section H: Special Contract Requirements
Attachment 12 - Acronym List
Attachment 13 - Past Demand
Attachment 14 - PIEE Solicitation Module Access Instructions
Attachment 15 - FMS Requisitions Reference Table

Opportunity closing date
20 September 2024
Value of contract
to be confirmed

About the buyer

Address
DLA AVIATION

The deadline to apply for this opportunity has passed.
Visit the opportunities page to find another.

Is there anything wrong with this page?