Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 24, 2008 FBO #2371
SOLICITATION NOTICE

J -- Contractor Field Team Service Support for KC-130J Aircraft for MCAS Miramar, CA and MCAS Cherry Point, NC

Notice Date
5/22/2008
 
Notice Type
Presolicitation
 
NAICS
488190 — Other Support Activities for Air Transportation
 
Contracting Office
Department of the Navy, United States Marine Corps, Marine Corps Base Camp Lejeune - RCO, M67001 MARINE CORPS BASE CAMP LEJEUNE - RCO Marine Corps Base Camp Lejeune, NC
 
ZIP Code
00000
 
Solicitation Number
M6700108R0011
 
Response Due
6/11/2008
 
Point of Contact
Stephanie Polesnak 910-451-7842 Lisa Williams, (910)451-5182
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested. Solicitation number M67001-08-R-0011 is issued as a request for proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 200525 and DFARS Change Notice DCN 20080423. The proposed acquisition is unrestricted to business size. The associated NAICS code is 488190. This requirement is for contractor field team (CFT) services in support of two Marine Corps KC-130J squadrons. With CFT service support, both squadrons will maintain aircraft readiness and sortie rates, meet daily flight schedules and ensure the continue training of squadron maintenance personnel. The contractor shall provide technicians to meet services in accordance with the requirements set forth in the attached Statement of Work. The Government anticipates award of a Firm Fixed Price contract based on full time support (labor hours). The evaluation factors for this RFP are: technical capability, past performance and price factors. The Government intends to make award to the offeror having the best value. The Government intends to award one contract as a result of this solicitation; however, the Government reserves the right to award no contract at all, depending on the quality of offers submitted. Offerors are to submit three (3) relevant past performance references with their proposal. The following Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) provisions and clauses apply to this acquisition: FAR 52.204-7 Central Contractor Registration; FAR 52.204-9 Personal Identity Verification of Contractor Personnel, FAR 52.209-6, Protecting the Governments Interest When Subcontracting With Contractors Debarrd, Suspended, or Proposed for Debarment, FAR 52.212-1, Instructions to Offerors Commercial Items; FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items. An offeror shall complete only paragraph (j) of this provision if the offeror has completed the annual representations and certificates electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (b) through (i) of this provision; FAR 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. The following clauses apply under FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders-Commercial Items with the following additional clauses: FAR 52.203-6 Alternate I, Restrictions on Subcontractor Sales to the Government; FAR 52.219-9 Utilization of Small Business Concerns; FAR 52.222-3 Convict Labor; FAR 52.222-19 Child LaborCooperation with Authorities and Remedies; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans; FAR 52.222-50, Combating Trafficking in Persons; FAR 52.222-13, Restrictions on Certain Foreign Purchases; FAR 52.232-33 Payment by Electronic Funds Transfer- Central Contractor Registration; FAR 52.222-41, Service Contract Act of 1965; 52.222-42, Statement of Equivalent Rates for Federal Hires; FAR 52.222-43, Fair Labor Standards Act and Service Contract Act; FAR 52.247-21, Contractor Liability for Personal Injury and/or Property Damage; FAR 52.251-1, Solicitation Provisions Incorporated by Reference; FAR 52.252-2 Clauses Incorporated by Reference; DFARS 252.201-7000 Contracting Officers Representative; DFARS 252.204-7003 Control of Government Personnel Work Product; DFARS 252.204-7004 Alternate A, Central Contractor Registration; DFARS 252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country; DFARS 252.209.7002 Disclosure Of Ownership Or Control By a Foreign Government; DFARS 252.209-7004 Subcontracting With Firms That Are Owned or Controlled by the Government of a Terrorist Country; DFARS 252.212.7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items with the following: DFARS 252.219-7003, Small Business Subcontracting Plan; DFARS 252.232-7003, Electronic submission of Payment Requests and Receiving Reports; DFARS 252.247-7023, Transportation of Supplies by Sea; DFARS 252.225-7001 Buy American Act and Balance of Payments Program; DFARS 252.228-7001, Ground and Flight Risk, DFARS 252.243-7001 Pricing of Contract Modifications; DFARS 252.243.7002 Requests for Equitable Adjustment. The following clauses apply under DFARS 252.212-7001; FAR 52.203-3 Gratuities; DFARS 252.225-7012 Preference for Certain Domestic Commodities; The provisions and clauses can be found at FAR website: http://www.arnet.gov/far and DFARS website: http://www.acq.osd.mil/dpap /dars/dfarspgi/current/index.html. Offerors are required to be registered in the Central Contractor Registration database (CCR). For more information about registering, contact CCR regional Assistance Center 888-227-2423 or visit their website (www.ccr.gov). Offerors must be registered prior to receiving an award for this acquisition or for any future awards. As a condition of receipt of this contract, the Contractor agrees to implement the Department of Defense web-based software application, called Wide Are Workflow Receipt and Acceptance (WAWF-RA). This application allows DoD vendors to submit and track invoices and Receipt/Acceptance documents electronically. This application allows for complete visibility throughout the acceptance and payment process. The web-site for registration is http://rmb.ogden.disa.mil. WAWF training can be accessed at http://www.wawftraining.com/. This combined synopsis/solicitation is also available electronically on the Navy Electronic Commerce Online (NECO) World Wide Web site (www.neco.navy.mil). Submit proposals to Stephanie Polesnak, Contracting Department, P.O. Box 8368, Camp Lejeune, NC 28547-8368, via email to stepahnie.polesnak@usmc.mil.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=23eb6affecd17444b6bdd142a096523c&tab=core&_cview=1)
 
Record
SN01578974-W 20080524/080522215904-59716b830db0bae390dde89dbd3f187c (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.