Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 29, 2010 FBO #3261
DOCUMENT

43 -- Pumping Assemblies, Wheel-Mounted, Diesel-Engine Driven, Bulk Transfer, 600 GPM Fuel and Potable Water Service - Attachment

Notice Date
10/27/2010
 
Notice Type
Attachment
 
NAICS
333911 — Pump and Pumping Equipment Manufacturing
 
Contracting Office
M67854 MARINE CORPS SYSTEMS COMMAND Quantico, VA
 
Solicitation Number
USMCMCSC600GP
 
Response Due
11/19/2010
 
Archive Date
12/4/2010
 
Point of Contact
Maj Travis L. Sutton, Contracting Officer, or Ms Amy Anokye
 
E-Mail Address
okye@usmc.mil
 
Small Business Set-Aside
N/A
 
Description
Product Group 15, Ground Transportation and Engineer Systems, Marine Corps Systems Command is anticipating a competitively awarded contract for the design, manufacture, testing, delivery and support of the pumping assemblies, wheel-mounted, diesel-engine driven, bulk transfer, 600 Gallons Per Minute (GPM) fuel and potable water service in accordance with the Statement of Work (SOW) [see attachment 1], and the Performance Specification [see attachment 2]. Additionally, this SOW defines the work required by the Contractor to satisfy requirements relative to program management; development and execution of quality assurance; provisioning technical documentation; technical manuals and publications; and system safety efforts required to ensure compliance with the PS. The Contractor shall provide the requisite program management and logistics support to ensure that delivery schedules, performance requirements, and overall supportability of the 600 GPM Pump Assemblies are accomplished as set forth in the potential contract. The Contractor shall also ensure select components to include, engines, pumps, trailer, valves, and controls, are supportable through the anticipated service life (10 years). Quantities for both fuel and water GPM systems procurement by fiscal year are provided as follows: FY11FY12FY13FY14FY15TOTAL FUEL63154026070691 WATER01190020 TOTAL63264926070711 2. The contract will be Firm-Fixed Price (FFP), Indefinite Delivery / Indefinite Quantity for Fiscal Year 2011, and four one-year options. This SS/RFI is intended to provide the Marine Corps with an understanding of the technology and resources available within industry to support this effort. Interested parties are requested to submit two copies in writing to include the following information (via U.S. mail or e-mail to travis.sutton@usmc.mil): a. Include a statement of qualification, past performance information, current General Services Administration (GSA) status, technical capabilities, schedule information, catalogs and a Rough Order Magnitude (ROM) cost estimate of potential products that meet the project requirements. b. The company/institution and any teaming or joint venture partners; address; point of contact; telephone number; e-mail address; company status (large, small business, 8a, etc) based on a NAICS CODE: 333911 and your Cage Code. c. A statement as to whether your company is domestically or foreign owned (if foreign, please indicate the country of ownership). In order to receive a contract award, if a solicitation is issued, the successful offeror must be actively registered in: Central Contractor Registration (CCR - http://www.ccr.gov); Online Representations and Certifications Application (ORCA - http://orca.bpn.gov); and Wide Area Workflow (WAWF - https://wawf.eb.mil). It is the responsibility of the potential offeror to watch for additional information pertaining to this requirement. No telephone solicitations requests will be accepted. All responses are due NLT 1400 EST 19 November 2010. All responses from feasible sources will be fully reviewed, however receipt of responses will not be acknowledged. Interested firms should submit routine communications concerning this acquisition to Maj Travis L. Sutton, Contracting Officer, or Ms Amy Anokye, Contracting Specialist at M67854 Marine Corps Systems Command, 2200 Lester Street, Bldg 2200, Quantico, VA 22134, (703) 432-5007 or 432-5021. Please limit your response to no more than 15 single-sided 8 ½ x 11 pages, double-spaced, minimum 12 point font size.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M67854/USMCMCSC600GP/listing.html)
 
Document(s)
Attachment
 
File Name: USMCMCSC600GP_600_GPM_SOW_2010-06-02.doc (https://www.neco.navy.mil/synopsis_file/USMCMCSC600GP_600_GPM_SOW_2010-06-02.doc)
Link: https://www.neco.navy.mil/synopsis_file/USMCMCSC600GP_600_GPM_SOW_2010-06-02.doc

 
File Name: USMCMCSC600GP_600_GPM_P-SPEC_REV_N_2010-10-06.doc (https://www.neco.navy.mil/synopsis_file/USMCMCSC600GP_600_GPM_P-SPEC_REV_N_2010-10-06.doc)
Link: https://www.neco.navy.mil/synopsis_file/USMCMCSC600GP_600_GPM_P-SPEC_REV_N_2010-10-06.doc

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN02317584-W 20101029/101027234038-77a6de016cf7d9a9321a6fd3774adb33 (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.