Inventory Locator Subscription
ID: SP4703-24-Q-0053Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEFENSE LOGISTICS AGENCYDCSO RICHMOND DIVISION #1RICHMOND, VA, 23237, USA

NAICS

Web Search Portals and All Other Information Services (519290)

PSC

NEWSPAPERS AND PERIODICALS (7630)
Timeline
    Description

    The Department of Defense, through the Defense Logistics Agency (DLA), is seeking proposals for an Inventory Locator Subscription (ILS) to enhance its capability in efficiently locating parts for emergency procurements. This subscription service will provide access to a centralized database containing information on manufacturers, suppliers, and inventory availability, which is crucial for supporting DLA–AVN customers and military operations around the clock. The contract will be awarded as a firm-fixed price for a base period of 12 months, with the option for four additional one-year extensions based on performance and funding availability. Interested contractors must submit their proposals by August 28, 2024, at 5:00 PM EST, and can direct inquiries to Heesun Redmond at heesun.redmond@dla.mil or by phone at 804-279-2921.

    Point(s) of Contact
    Files
    Title
    Posted
    The document is a combined synopsis and solicitation for the Inventory Locator Subscription (ILS), outlining a federal request for proposals (RFP) for a commercial services contract. This procurement is firm-fixed price, unrestricted, and targets a subscription service to manage location and data of parts, supporting DLA–AVN customers continuously. The proposal includes a technical approach requirement, a pricing sheet for a 12-month base period, and four optional 12-month extensions. Evaluation of proposals will focus significantly on technical capability and past performance, with total evaluated price considered as well. Contractors must be registered in the System for Award Management (SAM) and adhere to various clauses regarding ethics, labor standards, and contract compliance. The document emphasizes structured processes for proposal submissions as well as the evaluation and award of contracts. This initiative aims to ensure high-quality services in support of U.S. military operations, reflecting the federal government's prioritization of effective resources and services.
    The document is a Pricing Sheet intended for contractors responding to a federal government's Request for Proposals (RFP) pertaining to an Inventory Locator Subscription. Contractors are required to complete specific fields highlighted in green, which include company details and pricing for various subscription periods. The sheet outlines a base period and four option periods for subscriptions, each requiring pricing entries. Notably, the document stipulates the use of two decimal points for all price entries to avoid discrepancies in total calculations, reflecting standard procedures in government procurement processes. Additionally, it cites Controlled Unclassified Information (CUI) guidelines, indicating that the document contains sensitive information relevant to the source selection process according to federal regulations. This document serves as a critical component in the proposal evaluation and pricing submission process, facilitating transparent and accurate contractor pricing amid the federal procurement landscape.
    The DLA Aviation requires an Inventory Locator Subscription (ILS) to enhance its capability to locate parts for emergency procurements efficiently. This subscription will provide users access to a comprehensive, centralized database that includes details on manufacturers, suppliers, and inventory availability for parts not available through the Department of Defense. Required features include search capabilities by various identifiers, access to U.S. government procurement and technical histories, vendor quality certifications, material condition codes, and integration with GIDEP and FAA databases to address issues like counterfeit avoidance. Training for users across seven designated DLA–AVN locations is also part of the service. The contract will last for one year, with four optional one-year extensions, contingent on performance quality and available funding. The requirement emphasizes the importance of the subsistence of the system for award management (SAM) for prospective contractors to ensure eligibility. The contact details for both technical and contracting officers are also provided. This document illustrates the government's focus on improving logistical support for military operations through advanced technology and data management.
    This document serves as an amendment to a solicitation, extending the deadline for submitting offers to August 28, 2024, at 11:00 AM EST. It outlines the process for acknowledging the amendment, which must be completed prior to the specified deadline to avoid rejection of offers. Contractors have the option to acknowledge receipt by returning copies of the amendment, signing the document, or sending a separate letter or telegram referring to the solicitation and amendment numbers. The document also details instructions for filling out various items concerning contract modifications, including identification codes, effective dates, and the nature of modifications. It emphasizes that all other terms and conditions remain unchanged unless specified. The standard form used (Standard Form 30) is prescribed by the GSA and is designed to facilitate clear communication regarding contract amendments. Overall, this document highlights procedural requirements essential for compliance in government contracting, ensuring that all parties are informed and deadlines are met.
    The document serves as an amendment to a solicitation related to government contracts, with a primary focus on procedural requirements for offers. It outlines the steps that contractors must follow to acknowledge receipt of the amendment, emphasizing the necessity of submitting acknowledgments before the specified deadline to avoid potential rejection of offers. The amendment specifically extends the closing date for submissions to August 28, 2024, at 5:00 PM EST. Various items denote important information such as contract identification codes, modification numbers, effective dates, and a description of the changes in accordance with federal regulations. The document provides instructions on how to complete and submit different sections, addressing both amendments to solicitations and modifications to contracts. The overall purpose is to ensure compliance with federal procurement processes by clarifying requirements and guiding contractors on how to properly amend their submissions or contracts in response to the amendment. This is crucial within the context of federal RFPs and grants, as it maintains the integrity and order of the bidding process.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Plates, Adapters, Solenoids and other parts
    Active
    Dept Of Defense
    The Defense Logistics Agency (DLA) Land and Maritime is seeking suppliers for various parts, including plates, adapters, and solenoids, to support military depots. This presolicitation aims to establish a Fixed Price, Indefinite Quantity Contract (IQC) for stock replenishment, covering multiple National Stock Numbers (NSNs) with delivery timelines ranging from 90 to 280 days. The procurement is crucial for maintaining operational readiness and ensuring the availability of essential components for military vehicles. Interested vendors can access the solicitation on or about July 5, 2024, under solicitation number SPE7LX24R0043, and should direct inquiries to Kristina Wolf at Kristina.Wolf@dla.mil or call 614-692-7879.
    Full Line Food and Beverage Support for DLA customers in the states of Missouri and Illinois and Surrounding areas
    Active
    Dept Of Defense
    The Defense Logistics Agency (DLA) is seeking a contractor to provide Full Line Food and Beverage Support for its customers in Missouri, Illinois, and surrounding areas. The procurement involves delivering various subsistence items from the federal supply group, requiring a "just in time" delivery model, with services expected to commence within 120 days post-award. This contract is crucial for ensuring timely and efficient supply of both perishable and semi-perishable food products to military and other government entities. The maximum contract value is approximately $540.6 million, with proposals evaluated based on the Lowest Price Technically Acceptable criteria. Interested parties can reach out to Dakota Donnelly at dakota.donnelly@dla.mil or Vance S. Corey at vance.corey@dla.mil for further information, with the Request for Proposal (RFP) anticipated to be posted in October 2024.
    DLA Industrial Gas & Cylinder Recompete (CONUS) - SPE4AX-24-R-0026
    Active
    Dept Of Defense
    The Defense Logistics Agency (DLA) is soliciting proposals for an Indefinite Delivery Indefinite Quantity (IDIQ) contract focused on the recompete of Industrial Gas & Cylinder supplies within the Continental United States (CONUS). This procurement aims to support a total of 744 National Stock Numbers (NSNs), with an initial pricing for 375 NSNs anticipated at the contract award. The contract will span a five-year base period with an option for an additional five years, totaling up to ten years of performance, and will be awarded competitively under FAR Part 15 guidelines. Interested parties are encouraged to participate in a Virtual Pre-Proposal Conference on September 27, 2024, to address solicitation-specific questions, with registration required by September 20, 2024. For further inquiries, companies may contact Jeremy Reeves at Jeremy.T.Reeves@dla.mil or Patrick Finegan at patrick.finegan@dla.mil.
    53--SPACER,SLEEVE
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking quotes for the procurement of 24 units of NSN 5365-01-617-3663, specifically a Spacer, Sleeve. This procurement may result in an Indefinite Delivery Contract (IDC) with a term of one year or until the total orders reach $250,000, with an estimated four orders per year and a guaranteed minimum quantity of three. The items will be shipped to various DLA depots both within the continental United States (CONUS) and outside (OCONUS), highlighting the importance of these components in supporting military operations. Interested vendors must submit their quotes electronically, and for any inquiries, they can contact the DLA at DibbsBSM@dla.mil. The solicitation is available online, and hard copies will not be provided.
    10--PARTS KIT,SEAL REPL
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of a Parts Kit, Seal Replacement, identified by NSN 1090016094448. The solicitation includes a requirement for 199 units, with delivery expected within 104 days after order placement, and may lead to an Indefinite Delivery Contract (IDC) with a total order cap of $250,000 over one year. This procurement is crucial for maintaining operational readiness and support for military equipment, with items to be shipped to various domestic and overseas DLA depots. Interested vendors must submit their quotes electronically, and for inquiries, they can contact the DLA at DibbsBSM@dla.mil.
    Integrated ESS and EKC Systems Support for DLA
    Active
    Dept Of Defense
    The Defense Logistics Agency (DLA) is seeking proposals for Integrated Electronic Security Systems (IESS) and Electronic Key Control (EKC) systems support services under solicitation SP4703-24-R-0004. The procurement aims to provide comprehensive lifecycle management support for DLA facilities, including project management, system design, acquisition, maintenance, and cybersecurity, ensuring continuous protection and monitoring of personnel and property resources. This Indefinite Delivery Indefinite Quantity (IDIQ) contract has a maximum value of $65 million over five years, with a base period and four optional extensions, and is set aside for small businesses. Interested contractors must submit their proposals by September 16, 2024, and can direct inquiries to Heesun Redmond at heesun.redmond@dla.mil or Kyle Gregory at Kyle.Gregory@dla.mil.
    LLRC, XFR CASE ASSEMBLY M-ATV
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land Warren), is soliciting offers for the procurement of LLRC, XFR CASE ASSEMBLY components, specifically designed for military applications. This opportunity is a Total Small Business Set Aside, meaning only small business offers will be considered, and all submissions must conform to the Government Technical Data Package (TDP) due to the presence of restricted purchased parts. The procurement involves a quantity of two units, with an option for an additional two, and requires adherence to military packaging standards to ensure the safe transport and storage of the items. Interested vendors must submit their offers by September 13, 2024, at 11:59 PM Eastern, and can direct inquiries to Hannah Rheaume at Hannah.rheaume@dla.mil or by phone at 586-907-5766.
    Combined Synopsis/Solicitation for Fresh and Milk, Dairy Products support for DLA Troop Support to military customers at Meridian Naval Air Station, Mississippi
    Active
    Dept Of Defense
    The Defense Logistics Agency (DLA) Troop Support is seeking proposals for a contract to supply fresh milk and dairy products to military customers at Meridian Naval Air Station in Mississippi. The solicitation, identified as SPE300-24-R-X023, aims to establish firm-fixed price contracts for Market Ready Fresh Milk and Dairy items, with a contract period spanning from November 10, 2024, to November 13, 2027, divided into two tiers. This procurement is crucial for ensuring the availability of essential dairy products for military personnel, and interested vendors are encouraged to submit their best offers as the government intends to evaluate proposals without discussions. For further inquiries, potential offerors may contact Stephanie Milstein at stephanie.milstein@dla.mil or Matt Sacca at matthew.sacca@dla.mil, with the solicitation expected to be issued on or after August 15, 2024.
    Tetrate Istio Software Licenses
    Active
    Dept Of Defense
    The Defense Logistics Agency (DLA) is seeking proposals for the procurement of Tetrate Istio Software Licenses, which are essential for enhancing DevSecOps operations within the agency. This procurement specifically requires a licensed Kubernetes Ingress controller and service mesh software that complies with Federal Information Processing Standards (FIPS), with a performance period from September 30, 2024, to September 29, 2025. The contract, anticipated to be a Firm-Fixed Price award valued at $45,000, underscores the importance of maintaining compliance with Department of Defense mandates while ensuring operational continuity through specialized software solutions. Interested small businesses must submit their offers by September 10, 2024, and can direct inquiries to Patrick Milligan at patrick.milligan@dla.mil or James Smith at james.t2.smith@dla.mil.
    25--HUB,CANTILEVER MOUN
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 57 units of the HUB, CANTILEVER MOUN (NSN 2530004704139). This solicitation aims to establish an Indefinite Delivery Contract (IDC) for a term of one year or until the total orders reach $250,000, with an estimated 12 orders per year and a guaranteed minimum quantity of 8 units. The items will be shipped to various DLA depots both within the continental United States (CONUS) and outside (OCONUS), highlighting their critical role in supporting military operations. Interested vendors must submit their quotes electronically, and for any inquiries, they can contact the DLA at DibbsBSM@dla.mil. The solicitation is available online, and hard copies will not be provided.