Amendment 0002 has been issued
Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.
Looking for contract opportunity help?
APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.
APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.
The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).
General Information
- Contract Opportunity Type: Presolicitation (Updated)
- Updated Published Date: Apr 21, 2022 03:05 pm EDT
- Original Published Date: Mar 15, 2022 10:37 am EDT
- Updated Response Date: May 12, 2022 03:00 pm EDT
- Original Response Date: May 05, 2022 04:00 pm EDT
- Inactive Policy: 15 days after response date
- Updated Inactive Date:
- Original Inactive Date:
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: 4210 - FIRE FIGHTING EQUIPMENT
- NAICS Code:
- Place of Performance:
Description
DLA Troop Support is issuing a Solicitation for the sixth (6th) generation Fire & Emergency Services Equipment (F&ESE) Tailored Logistics Support (TLS) program. The scope of work under the F&ESE TLS Program includes the total logistics support for the fire & emergency services requirements of DLA customers to include military installations and federal activities worldwide. In general, the scope includes fire & emergency services equipment as well as related supplies and incidental services, including but not limited to: hoses, hose fittings, nozzles, tools, fire extinguishers, extinguishing agents, poles, ladders, rescue devices, self-contained breathing apparatus (SCBA) and other respiratory protection, shovels, regulators, uniforms, station and training wear and equipment, structural, shipboard, and forestry turn out gear and other protective products (e.g. gloves, boots, helmets, hoods, goggles, and protective clothing used for environmental, industrial, HAZMAT, weapons of mass destruction, terrorism, and first response personal protection), first response search and rescue equipment and supplies, decontamination equipment, detection equipment, communication equipment and tools, suppression equipment, surveillance and alarm systems and system parts, propane and other fire and first responder training systems and other first responder equipment, emergency station vehicle exhaust and ventilation systems, breathing air compressors, emergency egress, exit and protective systems, pumps, generators, storage, containment, and racking systems.
The acquisition will be a total small business set-aside (SBSA) with an individual waiver to the non-manufacturer rule (NMR). This follow-on acquisition will include a two-year base and four (4) two-year option periods for a total potential contract length of ten (10) years. The program will provide for multiple awardees with post-award competition of delivery orders. Sales are estimated at $280 million annually. The maximum per contract and for the program is $7 billion.
All responsible sources may submit a proposal which shall be considered by the agency. Proposals will be evaluated using Best Value Tradeoff Source Selection Procedures with non-price factors being significantly more important than price. As the non-price ratings of offers become more equivalent, price will become more important. The Government intends to make multiple awards, a minimum of three. However, the Government reserves the right to make a single award if it is in the best interest of the Government. Awards will be made to offerors whose proposals are most advantageous to the Government considering non-price evaluation factors and price.
Offers are advised that the Berry Amendment and the Buy American Act apply to this solicitation. Note that for this procurement, contractors shall only provide end items that are manufactured or substantially transformed in the United States or a Qualifying or Designated country, as set forth in FAR 25.003 and DFARS 225.003.
Copies of this solicitation will not be available until the solicitation issue date. The solicitation will be posted to DIBBS, https://www.dibbs.bsm.dla.mil/ . Anticipated issue date is March 22, 2022. Anticipated closing date is May 5, 2022.
*** Solicitation SPE8EH-21-R-0001 has been issued and is being posted on both SAM.gov under Contract Opportunities and DIBBS at https://www.dibbs.bsm.dla.mil
Please note that vendors seeking to submit a proposal will need to access the DIBBS website.
* Amendment 0001 has been issued
* Amendment 0002 has been issued. The closing date is extended to May 12, 2022, 3:00 PM EST. The date for offerors to submit any questions regarding the solicitation is extended to COB Thursday, April 28, 2022.
Attachments/Links
Contact Information
Contracting Office Address
- CONSTRUCTION&EQUIPMENT (AWARDS) 700 ROBBINS AVENUE
- PHILADELPHIA , PA 19111-5092
- USA
Primary Point of Contact
- Mary Ryan
- Mary.ryan@dla.mil
Secondary Point of Contact
- Walter Mikolajewski
- Walter.Mikolajewski@dla.mil
History
- Jun 01, 2022 11:55 pm EDTPresolicitation (Updated)
- May 04, 2022 04:03 pm EDTPresolicitation (Updated)
- May 03, 2022 03:51 pm EDTPresolicitation (Updated)
- Apr 29, 2022 02:52 pm EDTPresolicitation (Updated)
- Apr 21, 2022 03:05 pm EDTPresolicitation (Updated)
- Apr 18, 2022 08:53 am EDTPresolicitation (Updated)
- Apr 15, 2022 03:00 pm EDTPresolicitation (Updated)
- Apr 14, 2022 02:57 pm EDTPresolicitation (Updated)
- Mar 22, 2022 10:59 am EDTPresolicitation (Updated)
- Mar 17, 2022 08:46 am EDTPresolicitation (Updated)
- Mar 15, 2022 10:37 am EDTPresolicitation (Original)