Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 29, 2017 FBO #5697
DOCUMENT

R -- Management and operation of logistical support services for the Marine Corps Prepositioning Program(MCPP)at Blount Island Command, Jacksonville, FL - Attachment

Notice Date
6/27/2017
 
Notice Type
Attachment
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
M67004 BLOUNT ISLAND COMMAND 5880 Channel View Blvd JACKSONVILLE, FL
 
Solicitation Number
M6700417R0004
 
Response Due
7/10/2017
 
Archive Date
7/25/2017
 
Point of Contact
Kevin Nesmith 9999999999 Kevin Nesmith, Contract Specialist, kevin.nesmith@bic.usmc.mil
 
E-Mail Address
ia
 
Small Business Set-Aside
N/A
 
Description
This Special Notice has been amended to include information from the June 23rd, 2017 Industry Day and to extend the response date of the Special Notice to July 10th, 2017. Please see Attachment 4, Attachment 5 and Attachment 6 of this public notice for the Presentations and list of attendees at the Industry Day held June 23rd 2017. This announcement includes a DRAFT Statement of Work (SOW) for Industry review and comment. Reviewers should be aware that the Draft SOW does not include all sections and attachments that will be part of the final document. The Draft SOW shall not be construed as an Invitation to Bid/Request for Proposal or as an obligation on behalf of the government to acquire any products or services. When/if the Government issues a final RFP, to include the final SOW, interested contractors will be expected to thoroughly address the requirements thereof regardless of the circumstances surrounding this Draft SOW. No entitlement to payment of direct or indirect costs or charges by the Government will arise as a result of contractor response to this announcement. Although the Government does not commit to providing a response to any comment or question, all industry responses and questions received for this Draft SOW will be treated as public information and may be released on Federal Business Opportunities (FedBizOpps) www.fbo.gov and Navy Electronic Commerce Online (NECO) www.neco.navy.mil. The subsequent revision to the Draft SOW based on comments received remains solely at the Government ™s discretion. No comments, questions, or inquires shall be made to any Government person other than the point of contacts identified in this announcement. The NAICS code for this work is 811310. The Product Service Code is R706, Logistics Support Services. The Marine Corps Prepositioning Program requires a contractor to provide both management and operation of logistical services at both Jacksonville, Florida, and OCONUS locations. Work to be performed shall be in the following areas and as set forth in the attached Draft Statement of Work (SOW): Appendix A-Maritime Prepositioning Ships (MPS) Plans and Data Appendix B-Maritime Prepositioning Maintenance Activities Appendix C1-Supply Appendix D-Maintenance Management Support Appendix E-Medical Appendix F-Navy Appendix G-Ashore Prepositioning Appendix H-Shipboard Appendix I-Key Management Infrastructure Appendix J-Port Operations Appendix K-Reserved Appendix L-Reserved Appendix M-Performance and Risk Management Appendix N-Program Management Appendix O-Training Appendix P-Installation Support Services Appendix Q-Management Support System Appendix R-Reserved Appendix S-Kuwait MAP-K Interested firms are encouraged to review MCO 4790.2 and UM 4000-125 for an explanation of the ground equipment maintenance management in the United States Marine Corps. The Government attentively intends to award a single Indefinite Delivery-Indefinite Quantity five (5) year performance based (with three (3) one year options) service contract with performance to begin on 1 October 2018. This is a Special Notice is issued solely for information and planning purposes. Do not submit a proposal or quote. It is requested that all companies interested in participating in this effort please note their interest and provide information on their respective capabilities to perform the effort described in the attached Draft SOW. Not responding to this RFI does not preclude participation in any future RFP, if any is issued. Interested parties are responsible for adequately marking proprietary, restricted or competition sensitive information contained in their response. All expressions of interest submitted shall be accompanied by written evidence and demonstration of the firm ™s ability to perform the required work. Submission shall include the following: 1.Statement of Interest, to include identification of DUNS number and CAGE code (not to exceed 2 Pages). Identify interest in (a) Attending an Industry Day (b) Subcontracting Opportunities (c) Future Business/Proposal Opportunities 2.Statement of Capabilities (not to exceed 15 pages) including performance of contracts of similar scope. The Capabilities Statement shall detail work performed in the last five (5) years, including projects that demonstrate recency and relevancy to the draft SOW appendicies correlated to the SOW appendices. Interested contractors whose capabilities are contingent upon a critical subcontractor or other partnering arrangement must identify this arrangement in the capability statement and provide detailed capabilities information for each subcontractor/partner. 3.Industry Feedback relative to the Draft Statement of Work/Contract Type (Unlimited) (a)Clarity of the requirements presented in the Draft SOW (b)Appropriateness of the Contract Type (FFP/CPFF) for Requirement Appendices (c)Identification of Risk Factors associated with each Appendix (see Attachment 2) (d)Additional information or clarification required for future proposal development to mitigate or reduce contractor assumptions. (e)Recommendations pertaining to strategies/requirements which may improve or enhance contract performance and/or cost effectiveness. Please submit your written responses via e-mail to Kevin Nesmith, Contract Specialist, at kevin.nesmith@bic.usmc.mil and Patricia Solberg, Contracting Officer, at patricia.solberg@bic.usmc.mil. Telephonic inquiries will not be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M67004A/M6700417R0004/listing.html)
 
Document(s)
Attachment
 
File Name: M6700417R0004_Attachment_4_MPF_Industry_Day_Acquisition_Strategy_v8.pptx (https://www.neco.navy.mil/synopsis_file/M6700417R0004_Attachment_4_MPF_Industry_Day_Acquisition_Strategy_v8.pptx)
Link: https://www.neco.navy.mil/synopsis_file/M6700417R0004_Attachment_4_MPF_Industry_Day_Acquisition_Strategy_v8.pptx

 
File Name: M6700417R0004_Attachment_5_LOG_DIV_Industry_Day_-_23_Jun_2017.pptx (https://www.neco.navy.mil/synopsis_file/M6700417R0004_Attachment_5_LOG_DIV_Industry_Day_-_23_Jun_2017.pptx)
Link: https://www.neco.navy.mil/synopsis_file/M6700417R0004_Attachment_5_LOG_DIV_Industry_Day_-_23_Jun_2017.pptx

 
File Name: M6700417R0004_Attachment_6_Industry_Day_Attendees.docx (https://www.neco.navy.mil/synopsis_file/M6700417R0004_Attachment_6_Industry_Day_Attendees.docx)
Link: https://www.neco.navy.mil/synopsis_file/M6700417R0004_Attachment_6_Industry_Day_Attendees.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04558613-W 20170629/170627234743-48a1e8be8d83caf6243cd38294eebc7d (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.