Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 29, 2007 FBO #1949
MODIFICATION

J -- CORROSION REPAIR, CONTROL & PREVENTION CRITICAL COMBAT ESSENTIAL EQUIPMENT

Notice Date
3/27/2007
 
Notice Type
Modification
 
NAICS
811121 — Automotive Body, Paint, and Interior Repair and Maintenance
 
Contracting Office
Department of the Navy, United States Marine Corps, Marine Forces Reserve - RCO, 4400 Dauphine Street, New Orleans, LA, 70146-5400, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
M67861-07-T-1000
 
Response Due
4/10/2007
 
Archive Date
4/25/2007
 
Point of Contact
Karen Artis, Contract Specialist, Phone 504-678-8252, Fax 504-678-5283,
 
E-Mail Address
karen.artis@usmc.mil
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format prescribed in Subpart 13.5 of the Federal Acquisition Regulation (FAR), as supplemented with additional information included in this notice. This announcement constitutes the request for quote in accordance with the SOW solicitation M67861-07-R-1000. A subsequent solicitation document will not be issued. This is a proposed Firm-Fixed-Price Indefinite Delivery/Indefinite Quantity type contract with a base year with 4 options to restore, treat and preserve the body, frame and under carriage components by applying procedures and specified materials to prevent structural failure due to corrison. Repair minor body damage, repair fiberglass damage, and prime and coat with Military Specification (MIL SPEC) materials to the standard three-color woodland and tan camouflage schemes depicted in technical manuals. Items to services are Critical Combat Essential Equipment (CEE), High Mobility Multipurpose Vehicles (HMMWV), Trucks, and Trailers and other equipment located throughout the Continental United States (see Reserve Unit Directory attached ). Notice to Single or Multiple Awards. The Government may make multiple awards of indefinite-quantity contracts under FAR 16.5. In addition to other factors described in this solicitation, offers will be evaluated on the basis of advantages and disadvantages to the Government that might result from making more than one award. At least one (1), but no more than three (3) awards will be made to the responsible offerors whose offers are the most advantageous, considering Past Performance/Experience and Price. As referred to in paragraph (b) of the clause FAR 52.216-21 entitled ?Requirments? the minimum value of services per contract is a total of $1,000 per task order. The applicable small business size standard is under NAICS 811121 and $6.5 million. The statement of services is considered suitable for a Performance Based Services Acquisition pursuant to FAR Subpart 37.6. This requirement will be acquired in accordance with FAR Part 12, Acquisition of Commercial Items and conducted under FAR Subpart 13.5 Test Program for Certain Commercial Items. All responsible sources may submit a quote for consideration. Award will be made to the responsible offeror whose offer represents the best value to the government considering price and other factors. Contracting point of contact (POC) is Ms. Artis at karen.artis@usmc.mil. A copy of the solicitation will be submitted upon request. Contractor shall provide the following: Tax I.D. #, Duns #, and Cage Code Contractor must: ? be capable of setting up at multiple sites simultaneously ? must have an established record of servicing 75 wheeled vehicles The following FAR provisions and clauses apply to this solicitation and are incorporated by reference: 52.204-7 Central Contractor Registration (OCT 2003); 52.212-1 Instructions to Offerors-Commercial Items (JAN 2006); 52.212-3 Offeror Representations and Certifications-Commercial Items (JAN 2005) ALTERNATE I (APR 2002) (The offeror has completed the annual representations and certification electronically via the ORCA website at http://orca.bpn.gov .After reviewing the ORCA database information, the offeror verifies by submission of this offer that the representation and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and certifications?Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference); 52.212-4 Contract Terms and Conditions-Commercial Items (OCT 2003); Within 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders (JAN 2005), the following clauses apply and are incorporated by reference: 52.222-3 Convict Labor (JUN 2003), 52.222-19 Child Labor - Cooperation with Authorities and Remedies (JUN 2004), 52.222-21 Prohibition of Segregated Facilities (Feb 1999), 52.222-26 Equal Opportunity (APR 2002), 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and other Eligible Veterans (DEC 2001), 52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998), 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era and Other Eligible Veterans (DEC 2001), 52.222-51 Service Contract Act (JUL 2005) 52.225-13 Restrictions on Certain Foreign Purchases (DEC 2003), and 52.232-33 Payment by Electronic Funds Transfer --Central Contractor Registration (OCT 2003); and The following Defense FAR Supplement (DFARS) provisions and clauses apply to this solicitation and are incorporated by reference: 252.204-7004 Required Central Contractor Registration. Alternate A (Nov 2003); Within DFARS 252.212-7001 Contract Terms and Conditions Required To Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (JAN 2005), the following clauses apply and are incorporated by reference: 252.225-7001 Buy American Act and Balance of Payment Program (APR 2003); 252.225-7000 Buy American Act--Balance of Payments Program Certificate (APR 2003); and 252.232-7003 Electronic Submission of Payment Requests (JAN 2004); and 252.247-7023 Transportation of Supplies by Sea Alternate III (MAY 2002).
 
Place of Performance
Address: Throughout the U.S.
Zip Code: 70146
Country: UNITED STATES
 
Record
SN01260331-W 20070329/070327221410 (fbodaily.com)
 
Source
FedBizOpps 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.