SOLICITATION NOTICE
J -- Marine Corps Secondary Repairable Logistics Integration Support (SECREP LIS) Service Synopsis update
- Notice Date
- 11/3/2009
- Notice Type
- Presolicitation
- NAICS
- 541614
— Process, Physical Distribution, and Logistics Consulting Services
- Contracting Office
- M67004 MARINE CORPS LOGISTICS COMMAND ALBANY RCO 814 Radford Blvd Albany, GA
- ZIP Code
- 00000
- Solicitation Number
- M6700410R0002
- Archive Date
- 1/30/2010
- Point of Contact
- Capt Robin Walther (229)639-8709 Marietta Lane, (229)639-8086
- E-Mail Address
-
robin.walther@usmc.mil
(robin.walther@usmc.mil)
- Small Business Set-Aside
- N/A
- Description
- This is an update to the synopsis previously posted under M6700409R0011. There is currently an approved acquisition strategy for this requirement, however we are still awaiting approval of the determination to award a single IDIQ contract (Section 843 D&F). We anticipate releasing the solicitation 15 days after receiving this approval under this solicitation number (M6700410R0002). I will post an update here when we receive the approval, so the solicitation timeline is now sliding day for day (i.e. today you can anticipate a solicitation around 18 Nov, tomorrow you should anticipate 19 Nov, etc. until I post the update stating that a single award is approved and start the 15 day clock).We will not hold an industry day, and instead will allow a period for written questions after the solicitation is released. We anticipate the solicitation remaining open for approximately 90 days, and do not intend to entertain requests for additional extensions of the solicitation period. The source selection will be based on best-value trade-offs. The task-order contract, consisting of a total of five years of ordering period (including base and all options) will contain fixed-unit prices for the standard level of work (remanufacture, overhaul or repair) specified for each item, with an Over & Above CLIN for O&A work. Unit prices will be redeterminable prior to each option period based on the applicable contract language, and/or Service Contract Act redeterminations. The Government will not require the use of the Government-owned Commercial Asset Visibility II (CAVII) information system and instead will allow contractors to propose their own method of providing the required asset visibility. The Service Contract Act will apply, but as we cannot anticipate where all subcontractors will be located the solicitation will not contain the applicable wage determinations. Wage determinations will be added via solicitation amendment based on proposed subcontractor locations, however we expect that offerors will use www.wdol.gov to locate the wage determinations that are likely to be included and price accordingly in advance of the subject amendment.Please see the attachment for draft language regarding price redetermination and asset visibility requirements. Feel free to submit questions or comments regarding this draft language, as any improvements we make now can still be incorporated into the initial solicitation. This Synopsis is not a request for competitive price proposals. Offerors are responsible for checking the FedBizOpps website for any update(s) to this Notice. The Government is not responsible for any loss of Internet connectivity or for an offerors inability to access the document(s) posted at the referenced website. To obtain automatic notifications of updates to this solicitation, you must log into FedBizOpps.gov and add the solicitation to your Watch List. If you would like to list your firm so others can see you are an interested vendor, you must click the "Add Me to Interested Vendors" button in the listing for this solicitation on FedBizOpps.gov. In order for Contractors to conduct business with the Marine Corps, the contractor must be registered in the Central Contractor Registration (CCR) and Wide Area Workflow Receipt-Acceptance prior to receiving an award. Registration instructions may be obtained, and online registration accomplished at http://www.ccr.gov and http://www.wawf.eb.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M67004/M6700410R0002/listing.html)
- Record
- SN01997395-W 20091105/091103235437-725a9f567ba3831c1c00146f82ebea29 (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 |