Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 22, 2011 FBO #3346
SOLICITATION NOTICE

J -- Quarterly Preventive Maintenance and Service Checks for Open Water Safety Crafts

Notice Date
1/20/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811490 — Other Personal and Household Goods Repair and Maintenance
 
Contracting Office
M67001 MARINE CORPS BASE CAMP LEJEUNE - RCO Marine Corps Base Camp Lejeune, NC
 
ZIP Code
00000
 
Solicitation Number
M6700111Q0056
 
Response Due
1/26/2011
 
Archive Date
2/10/2011
 
Point of Contact
NANCY PETERSON 910-451-3095
 
Small Business Set-Aside
Total Small Business
 
Description
THIS IS A COMBINED SYNOPSIS/SOLICATION for commercial items 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 publication. Solicitation number M6700111Q0056 is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 05-47 Jan 12, 2011. This procurement is set aside 100% for SMALL BUSINESS. The North American Industrial Classification System (NAICS) code for this requirement is 811490 and the small business size standard is $7M. This requirement is being procured utilizing FAR Part 13 procedures. This procurement is for the purchase of Quarterly Preventive Maintenance and Service Checks for two (2) Open Water Safety Crafts at Camp Lejeune, NC. Each craft is 33 ™6 long and 10 ™ wide. Evaluation and Basis for Award: Award will be made to the lowest-priced technically acceptable quote. Awardee must be skilled, trained and certified to provide maintenance to the boats and engines listed in this soliciation. The Government intends to make a single firm-fixed price award to satisfy the requirement. Pricing Quote Submission: 1. The Government will conduct the price evaluation required by FAR 13. a. The vendor ™s submitted price quote must reflect the unit price and extended/overall amount. b. All submitted pricing must be actual œface-value pricing, having already accounted for any discounts offered and extended to the Government. All quotes submitted shall be the Contractor ™s best pricing. Period of Performance: 1. The Government requires a Period of Performance of one (1) base year and one (1) optional year, exercised at the discretion of the Government. Department of Labor Wage Category 1.Contractor shall provide the Labor Category and Title of the employee performing services. Invoicing and Wide Area Work Flow: 1.Quarterly invoicing is requested, as per CLIN structure below. 2.As a condition of receipt of this contract, the Contractor agrees to implement the Department of Defense (DoD) web-based software application titled Wide Area Work Flow “ Receipt and Acceptance (WAWF-RA). This application allows DoD vendors to submit and track invoices and Receipt/Acceptance documents electronically, and allows for complete visibility throughout the acceptance and payment process. The website for registration is https://wawf.eb.mil. WAWF training can be accessed at http://www.wawftraining.com. The following Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) provisions and clauses apply to this acquisition and are listed below: FAR 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) This solicitation incorporates one or more solicitation provisions incorporated by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also the full text of a solicitation provision may be accessed electronically at this/these addresses: http://www.acquisition.gov/far and http://www.acq.osd.mil/dpap/dars/index.htm Clauses incorporated by reference: FAR 52.204-7 Central Contractor Registration FAR 52.211-6 Brand Name or Equal FAR 52.212-1 Instructions to Offerors-Commercial Items FAR 52.212-2 Evaluation “ Commercial Items FAR 52.212-3 Offeror Representations and Certifications--Commercial Items FAR 52.212-4 Contract Terms and Conditions-Commercial Items FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders--Commercial Items FAR 52.217-8 Option to Extend Services FAR 52.217-9 Option to Extend the Term of the Contract FAR 52.219-1 Small Business Program Representations FAR 52.219-6 Notice of Total Small Business Set-Aside FAR 52.219-28 Post-Award Small Business Program Rerepresentation FAR 52.222-3 Convict Labor FAR.52.222-19 Child Labor FAR 52.222-21 Prohibition of Segregated Facilities FAR 52.222-26 Equal Opportunity FAR 52-222-36 Affirmative Action for Workers with Disabilities FAR 52.222-41 Service Contract Act of 1965 FAR 52.222-50 Combating Trafficking in Persons FAR 52-223-6 Drug-Free Workplace FAR 52.225-13 Restrictions on Certain Foreign Purchases FAR 52.232-19 Availability of Funds for the Next Fiscal Year FAR 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration FAR 52.233-1 Disputes FAR 52.233-3 Protest After Award FAR 52.233-4 Applicable Law for Breach of Contract Claim FAR 52.237-2 Protection of Government Buildings, Equipment, and Vegetation FAR 52-243-1 Changes “ Fixed-Price FAR 52.244-6 Subcontracts for Commercial Items DFARS 252.204-7003 Electronic Submission of Payment Requests and Receiving Reports DFARS 252.204-7004 Alt A Central Contractor Registration (FAR 52.204-7) Alternate A DFARS 252.211-7003 Item Identification and Valuation DFARS 252.212-7000 Offeror Representations and Certifications-Commercial Items DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items DFARS 252.225-7001 Buy American Act DFARS 252.232-7003 Electronic Submission of Payment Requests The provisions and clauses can be found at FAR websites: http://www.acquisition.gov/far/ and DFARS website: http://www.acq.osd.mil/dpap/dars/dfars/index.htm. Quoters are required to provide their Contractor ™s DUNS Number, Tax ID Number, and Commercial and Government Entity (CAGE) code with their quote. The CAGE code entered must be for that name and address provided by the Contractor. Offerors are required to be registered in the Central Contractor Registration (CCR), and registered, or willing to register, in Wide Area Work Flow (WAWF-RA) databases. For WAWF-RA assistance, visit their website at: https://wawf.eb.mil or contact 910-451-1242. For assistance with CCR registration, contact the CCR Regional Assistance Center 888-227-2423 or visit their website at: http://www.ccr.gov. All responsible sources may submit a response which, if timely received, must be considered by the agency. Quoter is responsible for ensuring that their submitted quote has been received and is legible. Quoters bear the burden of ensuring that quotes (and any authorized amendments) reach the designated office on time and should allow a reasonable time for facsimile and e-mail transmissions to be completed. All pages of the quote must reach the office before the deadline specified in this solicitation. The quoter bears the risk of non-receipt of electronically transmitted quotations and should confirm receipt. Numbered Note 1 applies. Instructions for the Submission of Quotes: 1. The closing date and time for this solicitation is 26 JANUARY 2011 at 4:00 PM EST. Submit quote to nancy.peterson@usmc.mil or fax to (910)451-2332. CLIN #0001: QUARTERLY Preventive maintenance and safety checks for Open Water Safety Crafts, SAFE BOAT Serial #31SC0601, Supercharged Mercury Verado Engines Model #225xx1ver: Port Engine #1B390355, Starboard Engine #1B390512 Base year 01 Feb 2011 through 31 Jan 2012, as per the attached Statement of Work QTY: 4 EACH UNIT PRICE: __________ EXT PRICE: ________________ CLIN #0002: QUARTERLY Preventive maintenance and safety checks for Open Water Safety Crafts, SAFE BOAT Serial #31SC0602, Supercharged Mercury Verado Engines Model #225xx1ver: Port Engine #1B418185, Starboard Engine #1B390546 Base year 01 Feb 2011 through 31 Jan 2012, as per the attached Statement of Work QTY: 4 EACH UNIT PRICE: __________ EXT PRICE: ________________ CLIN #1001: QUARTERLY Preventive maintenance and safety checks for Open Water Safety Crafts, SAFE BOAT Serial #31SC0601, Supercharged Mercury Verado Engines Model #225xx1ver: Port Engine #1B390355, Starboard Engine #1B390512 Base year 01 Feb 2012 through 31 Jan 2013, as per the attached Statement of Work QTY: 4 EACH UNIT PRICE: __________ EXT PRICE: ________________ CLIN #1002: QUARTERLY Preventive maintenance and safety checks for Open Water Safety Crafts, SAFE BOAT Serial #31SC0602, Supercharged Mercury Verado Engines Model #225xx1ver: Port Engine #1B418185, Starboard Engine #1B390546 Base year 01 Feb 2012 through 31 Jan 2013, as per the attached Statement of Work QTY: 4 EACH UNIT PRICE: __________ EXT PRICE: ________________ STATEMENT OF WORK CONTRACTOR SUPPORT FOR 2nd SOTG, II MEF 1.0 2nd SOTG. 2nd SOTG has a requirement for contracted certified mechanics / technicians to conduct quarterly Preventative Maintenance Checks and Services (PMCS) on the Open Water Safety Craft (OWSC). 1.1 Scope. The contractor shall provide a certified mechanic with multiple skill sets and expertise required to coordinate this quarterly PMCS. 2.0 Performance Requirements. The contractor shall provide a quarterly PMCS service for two (2) Safe Boat OWSCs and their respective engines. Boats and engines are identified as follows: Boat 601: Safe Boat Serial #31SC0601, 33 ™6 long, 10 ™ wide Supercharged Mercury Verado Model #225xxlver engines: Port #1B390355, Starboard #1B390512 Boat 602: Safe Boat Serial #31SC0602, 33 ™6 long, 10 ™ wide Supercharged Mercury Verado Model #225xxlver engines: Port #1B418815, Starboard #1B390546 2.1 The Government will provide documentation showing that the boats have been inspected, any required maintenance has been performed/completed, and equipment meets acceptable operating standards, per the manufacturer ™s instructions, prior to onset of contract. 2.2 The contractor shall provide a certified Safe Boatmechanic/technician who is also a certified Verado Mercury mechanic/technician, to complete a quarterly comprehensive PMCS for each of the two (2) OWSCs and their respective engines. The PMCS will include but not be limited to: Hull checks and services Electronic, navigation, and communication systems checks and services Hydraulic systems checks and services Steering system checks and services Fuel system checks and services Engine operation and maintenance checks and services 3.0 PMCS Mechanic/Technician Qualifications 3.1 The Contractor shall provide PMCS mechanics/technicians who are qualified in the below listed skills and meet all of the below listed requirements. 3.1.1 Required Certification. Must be skilled, trained and certified to perform maintenance on the boats and engines identified herein, and to maintain items as per the original manufacturer ™s operational standards. 3.2 General qualifications for all contractor personnel. Services provided under the resulting contract must comply with the rules, regulations, and other requirements of the Department of Defense for personnel integrity, grooming, conduct, speech, student fraternization, safety, and security. In addition, contractor personnel shall maintain high personal standards of technical knowledge and demonstrate professional competence in boat maintenance. 3.3 Security Clearance: N/A 3.4 The work history of each contracted employee must contain experience directly related to the task and functions he is intended to perform under this contract. 3.4.1 Personnel assigned to, or utilized by, the contractor in performance of work shall be fully capable of performing the necessary preventive maintenance and safety checks in an efficient, reliable, and professional manner. 4.0 Deliverables: The contractor shall provide the following: 4.1 The annual schedule for all quarterly PMCS visits to 2nd SOTG within 30 days after the contract being awarded. 4.1.1 Contractor may have to adjust and republish the schedule of PMCS visits based on 2nd SOTG training schedule. 4.2 The detailed schedule for each quarterly PMCS visit to 2nd SOTG no later than 15 days prior to each scheduled visit. 5.0 Contractor Responsibilities 5.1 Contractor personnel shall maintain a clean and professional uniform appearance in their work wear items. The Contractor shall provide any rental vehicles, lodging, travel, and meal expenses required for their personnel, to include all necessary gear, equipment, tools and materials required to execute their duties. 5.2 The Contractor shall ensure the contracted employees gain proper base access to complete their duties. 6.0 Period of Performance/Place of Performance. The contract period of performance is for a Basic Year with One Option Year, start date estimated to begin on 01 February 2011 and end on 31 January 2012. Contractor personnel shall conform to Government normal operating hours (0730 “ 1600, Monday through Friday, excluding weekends and holidays). The PMCS will be conducted at BA-134, Camp Lejeune, NC.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M67001/M6700111Q0056/listing.html)
 
Record
SN02363461-W 20110122/110120234435-ced1f129ff14f47ed6e00c45244ec803 (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.