Federal Bid

Last Updated on 03 Dec 2012 at 10 AM
Solicitation
Location Unknown

Fire and Emergency Services Equipment TLSP

Solicitation ID SPM8EH12R0009
Posted Date 21 Nov 2012 at 7 PM
Archive Date 03 Dec 2012 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Dla Troop Support - Construction & Equipment
Agency Department Of Defense
Location United states
Presolicitation Notice:

Fire and Emergency Services Equipment Tailored Logistics Support Program:

DLA Troop Support intends to enter into Tailored Logistic Support (TLS) Indefinite Delivery Indefinite Quantity (IDIQ) contracts to support all types of fire and emergency services equipment including but not limited to: firefighting, safety, rescue, environmental, HAZMAT, domestic preparedness, first responder, search and rescue, and other emergency response equipment, related incidental services and training, listed under the general categories of Fire Fighting Equipment, Decontaminating and Impregnating Equipment, Safety and Rescue Equipment and Incidental Services Associated with Fire and Rescue Operations, to the Department of Defense (DoD), Federal agencies, state and local governments (if such customers are willing and able to adhere to funding requirements established by DoD) and any other authorized customers located worldwide. In general, the scope of the Fire and Emergency Services Equipment Tailored Logistics Support Program (F&ESE TLSP) includes all types of fire and emergency services equipment 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 and 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 and protective systems, pumps, and generators. All items are commercial products or modified commercial products which are identified by manufacturer's part number, or commercial item descriptions.

The F&ESE TLSP contracts will contain a base ordering period of 2 years, which includes a "ramp-up" period of 60 days if necessary. The contracts will also include a provision for a unilateral option on the part of the contracting officer to extend the contract for three option periods of twelve months each. The estimated value of this acquisition (inclusive of all contracts awarded and options) is $671 million over the five year term. The maximum dollar value of this acquisition (inclusive of all contracts awarded and options) is $872 million.

FAR 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000)
(a) The Government may extend the term of this contract by written notice to the Contractor within _3_days___; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least _30__ days before the contract expires. The preliminary notice does not commit the Government to an extension.
(b) If the Government exercises this option, the extended contract shall be considered to include this option clause.
(c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed _____5 years______.
The Government intends to make multiple awards, with each awarded contract to provide all items and complete service designated. Proposals will be evaluated using Best Value Tradeoff source selection procedures with non-price factors being significantly more important than price. Pricing will be based on a Price Evaluation List of 101 items that fall within the Scope listed above. After the contracts are awarded, pursuant to the fair opportunity requirements of FAR 16.505(b), all delivery orders will be competed among all awardees, except that the Government reserves the right to direct orders to a particular source under urgent circumstances, to meet contractual minimums, or to provide economy and efficiency as a logical follow-on to an order already issued in accordance with FAR 16.505(b)(2) Exceptions to the Fair Opportunity Process.

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.

Set-Aside Status:
This acquisition will be solicited as a Total Small Business Set-Aside.

The anticipated issuance of the Request for Proposal (RFP) is early December 2012. A copy of this solicitation can be obtained through the DLA Internet Bid Board System (DIBBS). To locate the solicitation go to the DIBBS website go to https://www.dibbs.bsm.dla.mil/, from the menu bar select "RFP/IFBs", then conduct a search either through the "Search the RFP/IFB Database" or the "Solicitation Package Search" areas. Any questions regarding this announcement may be directed via email to [email protected] and [email protected].

 

Bid Protests Not Available

Similar Past Bids

Location Unknown 21 Nov 2018 at 7 PM
Philadelphia Pennsylvania 13 Mar 2025 at 2 PM
Philadelphia Pennsylvania 14 Apr 2025 at 11 AM

Similar Opportunities

Philadelphia Pennsylvania 21 Jul 2025 at 7 PM
Philadelphia Pennsylvania 21 Jul 2025 at 7 PM
Greenbelt Maryland 31 Dec 2026 at 5 AM (estimated)
Warner robins Georgia 21 Jul 2025 at 4 PM