Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 05, 2010 FBO #3023
SOLICITATION NOTICE

R -- Marine Corps Logistics Support Services (MCLogss) Program; Unrestricted Suite

Notice Date
3/3/2010
 
Notice Type
Presolicitation
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
M67004 MARINE CORPS LOGISTICS COMMAND ALBANY RCO 814 Radford Blvd Albany, GA
 
ZIP Code
00000
 
Solicitation Number
M6700410R0003
 
Response Due
4/6/2010
 
Archive Date
4/21/2010
 
Point of Contact
Gerald Byrd 229-639-8114 Procuring Contracting Officer: Susan Wilson; PH: 229-639-6741
 
E-Mail Address
MCLogss Contract Org-E-mail Address
(smblogcomcontrmclogs@usmc.mil)
 
Small Business Set-Aside
N/A
 
Description
The United States Marine Corps Logistics Command, Albany, GA's Contracts Department, Special Projects Support Contracting Division, Marine Corps Logistics Support Contracting Branch intends to issue three solicitations covering a broad range of logistics support services under the Marine Corps Logistics Support Services (MCLogss) program. The MCLogss program is a USMC enterprise-wide logistics support services initiative which includes but not limited to the below service codes: R: Professional and Administrative services; U: Training services; V: Transportation services; L: Technical Representative services; J: Maintenance, Repair and Rebuild of Equipment services of various Marine Corps Tactical Vehicles and Equipment; H: Quality Control Testing and Inspection services for the Marine Corps' family of Individual Combat Equipment (ICE), Chemical, Biological, Radiological, Nuclear Defense (CBRND) Equipment, Special Training Allowance Pool (STAP) Equipment (extreme cold weather clothing and equipment, hot weather clothing and equipment, and extreme wet weather clothing and equipment), and Shelters (including: soft wall shelters, collective protection, camouflage screening, and respective supporting equipment); D: Automated Data Processing and Telecommunications services;B: Special Studies and Analysis (Not Research and Development). Location: The predominance of required services will take place at the Marine Corps Logistics Command, Albany, GA (LOGCOM) or it's subordinate command locations to include the Blount Island Command (BIC), Maritime, Pre-positioning Ships Program, Jacksonville, FL; Maintenance Center Albany, GA (MCA) and Maintenance Center Barstow, CA (MCB); LOGCOM Forward locations overseas or any other USMC locations throughout the Continental United States (CONUS) with up to 25 or more additional USMC sites, i.e., Ft. Worth TX, Indian Head, MD, Washington D.C., Norfolk, VA, New Orleans, LA, Parris Island, SC; Jacksonville, NC, San Diego, CA and other designated locations having a USMC presence as required within CONUS. Additionally, various locations as required located Outside the Continental United States (OCONUS) up to 10 or more sites may include Hawaii, Okinawa, Japan, Guam, Iraq, Afghanistan or elsewhere as required by the USMC. Interested contractors must be able to provide support in all of these current and any potential sites. The types of services to be acquired under this solicitation identified as the Unrestricted Suite include non-personal services in the following Task Areas for potential requirements greater than $100,000.00, for: Program Management; Information/Technology (IT) Specialized Support;Training Support;Program Support;Transportation/Supply Support;Maintenance Support;Technical Data Development Support. Requirements estimated below $100,000.00 are reserved in the above task areas for Small Business Prime Contractors. All facilities are government owned locations. A limited amount of equipment will be provided as government furnished property. Such as Forklifts, Racking Systems, Containers, Computers, etc. The proposed NAICS Code for this acquisition is 541614 -, Size Standard is $7.0M. The Government intends to include FAR Clause 52.219-14, Limitations on Subcontracting, in any resultant contract. The Government anticipates releasing a draft RFP on or before 30 April 2010 followed by a Pre-Solicitation Conference in the May-June 2010 time frame. The Government anticipates releasing the Final RFP in the 3rd Quarter FY10 with proposals due in the 4th Quarter FY10. The anticipated award date is anticipated no later than the 4th Quarter FY 11. The projected period of performance will be a one year base period with four one year option periods for a total 5 year multiple award contracts of 3 - 5 indefinite delivery-indefinite quantity contracts resulting from this solicitation. Each contract award will have a minimum order guarantee of $10,000.00. Submit Questions, via e-mail to smblogcomcontrmclogs@usmc.mil or by Fax to 229-639-6722 Additional Sol. Attch. will be made available on the MCLogss webpage within 15 Business Days.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M67004/M6700410R0003/listing.html)
 
Place of Performance
Address: MCLCA, 875 Radford Blvd. or other USMC locations in or outside CONUS., Albany, GA
Zip Code: 31704
 
Record
SN02082527-W 20100305/100303235514-28404852ddacaa2ccbb969164c4bc1e7 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.