Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 13, 2002 FBO #0132
SOLICITATION NOTICE

A -- H--ISO9001:2000

Notice Date
4/11/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Contracts Dept., P. O. Drawer 43019, MCLB, Abany, GA 31704
 
ZIP Code
31704
 
Solicitation Number
M6700402R0017
 
Response Due
5/14/2002
 
Archive Date
6/13/2002
 
Point of Contact
SSgt Jones 229-639-6787
 
Description
This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and A WRITTEN SOLICITATION WILL NOT BE ISSUED. This requirement is being issued as a Request for Proposal. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-27 and Defense Acquisition Circular 91-13. This action is restricted to small businesses and has a NAICS code of 541611. The Marine Corps Logistics Base, Albany, Georgia, Maintenance Directorate (L22) has a requirement to have the Quality Management System of the Marine Corps Logistics Bases (MCLB) Maintenance Centers (MCs) located in Albany, GA, and Barstow, CA, separately registered as ISO 9001:2000 compliant to include follow-up surveillance/maintenance audits as required through the end of the contract (period of three years) for each MC. The Government?s registration shall consist of (but is not limited to) the following: 1) Contractor conducted pre-assessment and formal registration audits including review of documentation. Upon successful completion of the necessary audits, the contractor shall register the Quality Management System of the MCLB MC?s as ISO 9001:2000 compliant in accordance with ANSI-RAB accreditation requirements. 2) Surveillance audits. The registrar shall provide bi-annual surveillance/maintenance audits to maintain ISO 9001:2000 registrations through the end of the contract. The Government?s desired schedule for ISO 9001:2000 registration is as follows: Documentation evaluation to be performed at MCLB Albany, GA within 30 days after contract award and within 90 days after contract award at MCLB Barstow, CA. Pre-assessment audits shall occur at MCLB Albany, GA, approximately 60 days after the Contract award, and within 120 days after contract award at MCLB Barstow, CA. The Registration audits target completion date for MCLB Albany, GA, is 15 August 2002 and 15 April 2003 for MCLB Barstow, CA. The first six-month audit and bi-annual surveillance audits will be coordinated between the registrar and the Government accordingly for a three-year Registration period at each Marine Corps Maintenance Center. In submitting proposals, offerors must submit a written Management Plan that includes the following information: (a) Information on the offeror?s plan to manage technical performance of the resulting contract including the plan to accomplish the first year deliverables in the time frame indicated above. This will include staffing levels required to accomplish the contract requirements for the first year. (b) Information on the offeror?s plans to manage contract administration functions, including a single point of technical and contract administration liaison to the MCLB on this program. (c) Information about its experience in registering government organizations and like commercial companies. In this experience address time from a pre-assessment audit to registration. Provide a list of customers with current points of contact with phone numbers and addresses. (d) Information on the experience of all personnel who will be directly involved with the MCLB in achieving registration. Provide resume of Key Personnel (Lead Auditors are identified as Key Personnel for the purpose of evaluation.). ADDITIONAL INFORMATION: The MC?s are responsible for the rema nufacturing, repair, overhaul, rebuild, and/or modification of ground military equipment to include (but not limited to) a variety of combat vehicles (wheeled and tracked), tactical vehicles, automotive equipment, construction equipment, electronic & communication equipment, ordnance, weapons & munitions, general purpose equipment and various components such as engines, transmissions, hydraulic components, electronic components and assemblies for the supply chain. The MC?s although having the same mission are organized as follows: Albany has the following departments: Business Department, Engineering Department, Production Management Department, Information Technology Department, Program Management Department, and Trades Department. There are 710 employees at MC Albany. Barstow has the following departments: Production Management Department, Engineering Department, Heavy Mo bile Equipment Business Center, Communications/Electronics Business/Metrology Business Center, and Support Business Center. There are approximately 700 employees at MC Barstow. Each MC went through a "qualification" process to ISO 9000:1994 using a second party auditor, the Defense Contract Management Agency, and was qualified in early 2001. From that period to present each facility has followed the requirements of their ISO 9000:1994 program. Within the Feb.- Mar. 2002 time frame, each MC has updated their documentation to reflect the ISO 9001:2000 requirements with the assistance of an external ISO consultant during a documentation workshop. Most of the procedures were already in place, and required minor adjustment to meet the new requirements. The MCs have a common Quality Manual and Quality Policy. Each MC has controlled high level process map and quality objectives, w hich are referred to from the quality manual. All remaining documentation is MC peculiar. Albany has approximately 26 level 2 procedures and Barstow has approximately 16. Each MC has numerous level 3 procedures. GOVERNMENT FURNISHED PROPERTY: The Government will provide workspace with telephones and access to copy and fax machines. The contractors are expected to provide their own computer equipment. The government will also provide electronic media for documentation evaluation. It is anticipated that contract award will take place without discussions, however, the government has the right to hold discussions if necessary. The following FAR Clauses/Provisions apply: 52.212-1, Instructions to Offerors ? Commercial Items. 52.212-2, Evaluation ? Commercial Items, (a) the Government will award a contract resulting from this solicitation to the responsible offeror whose offe r conforming to the solicitation, will be considered of best value to the Government. [The following factors shall be used to evaluate offers, listed in descending order: Management Plan and Price. The Management Plan is considerably more important than Price. Within the management plan, the ability to meet the Governments anticipated schedule and the staffing plan, including key personnel combined, is considered equally important to past experience with like registrations. The Government reserves the right to request an oral presentation of the management plan by those deemed to be in the competitive range. The most preferred Price breakout for proposals is as follows: Itemized, by year and task to be performed with the applicable per man-day (or labor hour) rate, unit price, and subtotals and total. Travel reimbursement for meals and lodging is limited to the rates lis ted in the Joint Federal Travel Regulation Volume II and can be accessed at www.dfas.mil under Travel pay. 52.212-3, Offeror Representations and Registrations ? Commercial Items. 52.212-4 Contract Terms and Conditions ? Commercial Items. 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders ? Commercial Items (incorporating 52.222-35 Affirmative Action for Special Disabled and Vietnam Era Veterans, 52.222-36 Affirmative Action for Handicapped Workers, and 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era. The contractor shall extend to the Government the full coverage of any standard commercial warranty normally offered in a similar commercial service, provided such warranty is available at no additional cost to the Government. Offerors responding to this announcement must provide the information co ntained in 52.212-3, Evaluation ? Commercial Items with their offer. The offeror shall also provide its Commercial and Government Entity (Cage) code, Contractor Establishment code (DUNS number) and Tax Identification Number. Contractors must be registered in the Central Contractor Register to be eligible for award. If a change occurs in this requirement, only those offerors that respond to this announcement within the required time frame will be provided any changes/amendments and considered for future discussions and/or award. Written, facsimile, or emailed quotes and the above required information must be received at this office on or before 14 May 2002, at 2:00 PM Eastern Standard Time. All responsible sources may submit a quote that will be considered by the Marine Corps Logistics Base, Albany, GA, Contracting Dept.
 
Web Link
n/a
(http://)
 
Record
SN00057411-W 20020413/020411213550 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.