Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 10, 2009 FBO #2938
SOLICITATION NOTICE

V -- Aircaft Relocation - Statement of Work

Notice Date
12/8/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
488999 — All Other Support Activities for Transportation
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, MARSOC, Building H-1, Floor 1GS, Camp Lejeune, North Carolina, 28542, United States
 
ZIP Code
28542
 
Solicitation Number
H92257-10-Q-0001
 
Archive Date
12/21/2009
 
Point of Contact
MICHEL J. LEANDRE JR., Phone: 910-440-0775, Christopher A Brissette, Phone: 910-440-0773
 
E-Mail Address
michel.leandre@usmc.mil, christopher.brissett@usmc.mil
(michel.leandre@usmc.mil, christopher.brissett@usmc.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Statement Of Work COMBINED SYNOPSIS/SOLICITATION FOR AIRCRAFT RELOCATION PR#: M2092010SU00007 Solicitation#: H92257-10-Q-0001 FSC: V119 - Other cargo-freight svcs; V301 - Relocation services This is a combined synopsis/solicitation for commercial items/services prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued, FAR Subpart 13.5 procedures are being utilized. Solicitation number H92257-10-Q-0001 is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005–37 and DFARS Change Notice DCN 20091123. The proposed acquisition is restricted to total small businesses. The associated NAICS code is 488999. Marine Corps Special Operations Command, Camp Lejeune North Carolina, has a one-time requirement to procure: CLIN 0001: Aircraft Relocation Relocation of two aircraft fuselages (C-130 and CH-53). The contractor shall provide all equipment, labor, materials, and administrative cost to support and perform the following tasks according to the Statement of Work (SOW) attach. The Contractor shall provide all supplies F.O.B. destination. Location of the Government site is aboard Camp Pendleton California, the 41 Area. The Government desires Services to be delivered no later than 40 days after Contract award. The Government anticipates award of a Firm Fixed Price contract. The evaluation factors for this RFQ are technical capability, delivery and price. The Government intends to make award based on best value. “Best value” means the expected outcome of the acquisition that, in the Government’s estimation, provides the greatest overall benefit in response to the requirement. The Government intends to award one contract as a result of this solicitation; however, the Government reserves the right to award no contract at all, depending on the quality of offers submitted. The following Federal Acquisition Regulation (FAR), Defense Federal Acquisition Regulation Supplement (DFARS) and United States Special Operation Command Regulation (USSOC) provisions and clauses apply to this acquisition: FAR 52.204-7 Central Contractor Registration; FAR 52.212-1, 52.212-2 Instructions to Offerors – Commercial Items; FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items. An offeror shall complete only paragraph (k) of this provision if the offeror has completed the annual representations and certificates electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (b) through (i) of this provision; FAR 52.212-4, Contract Terms and Conditions Commercial Items, applies to this acquisition. The following clauses apply under FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders-Commercial Items; FAR 52.203-6 Alternate I Restrictions on Subcontractor Sales to the Government; FAR 52.222-3 Convict Labor; FAR 52.222-19 Child Labor—Cooperation with Authorities and Remedies; 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, Statement of Equivalent Rates for Federal Hires; FAR 52.225-13 Restrictions on Certain Foreign Purchases; FAR 52.232-33 Payment by Electronic Funds Transfer—Central Contractor Registration; FAR 52.252-1 Solicitation Provisions Incorporated by Reference; FAR 52.252-2 Clauses Incorporated by Reference; FAR 52.253-1 Computer Generated Forms. DFARS 252.204-7003 Control of Government Personnel Work Product; DFARS 252.204-7004 Alternate A, Central Contractor Registration; DFARS 252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country; DFARS 252.209-7004 Subcontracting With Firms That Are Owned or Controlled by the Government of a Terrorist Country; DFARS 252.211-7003 Item Identification and Valuation; DFARS 252.212.7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; DFARS 252.225-7000, Buy American Act--Balance of Payments Program Certificate; DFARS 252.225-7001 Pricing of Contract Modifications; DFARS 252.225-7042 Authorization to Perform. The following clauses apply under DFARS 252.212-7001; FAR 52.203-3 Gratuities; DFARS 252.225-7001 Buy American Act and Balance of Payments Program; DFARS 252.225-7012 Preference for Certain Domestic Commodities; DFARS 252.232-7003 Electronic Submission of Payment Requests. The following clauses apply under USSOC 5652.201-9002 Authorizes Changes Only By Contracting Officer; 5652.204-9002 Instruction for the Use of Electronic Contracts; 5652.204-9003 Disclosure of Unclassified Information; 5652.252-9000 Notice of Incorporation of Section K. The provisions and clauses can be found at FAR website: http://www.arnet.gov/far and DFARS website: http://www.acq.osd.mil/dpap /dars/dfarspgi/current/index.html. Offerors are required to be registered in the Central Contractor Registration database (CCR). For more information about registering, contact CCR regional Assistance Center 888-227-2423 or visit their website (www.ccr.gov). Offerors must be registered prior to receiving an award for this acquisition or for any future awards. As a condition of receipt of this contract, the Contractor agrees to implement the Department of Defense web-based software application, called Wide Area Workflow Receipt and Acceptance (WAWF-RA). This application allows DoD vendors to submit and track invoices and Receipt/Acceptance documents electronically. This application allows for complete visibility throughout the acceptance and payment process. The web-site for registration is http://rmb.ogden.disa.mil. WAWF training can be accessed at http://www.wawftraining.com/. This combined synopsis/solicitation will not be available electronically on the Navy Electronic Commerce Online (NECO) World Wide Web site (www.neco.navy.mil). SITE VISIT A site visit for this requirement is recommend, but all expenses for site visit is at contractors only expense. Contractors shall email the contracting Officer, SSgt Michel J. Leandre Jr. at michel.leandre@usmc.mil, phone number 910-440-0775 to notify that they will attended site visit for dates identified below. Site visit date and time: Date: December 16, 2009 Time: 0900AM Pacific Standard Time (PST) West Coast Time. The Point Of Contacts during the site visit are John Simas or Capt. J.A. Rivers for 1st MSOB All proposals, bids and/or quotes submitted shall be the Contractor's Best Quote as it is the Government's intent to entertain one final quote only; this includes any discounts on volume. Submit all proposals, bids and/or quotes to SSgt Michel J. Leandre Jr. via email to michel.leandre@usmc.mil. SSgt Michel J. Leandre Jr. can be contacted for information regarding the solicitation at telephone number (910) 440-0775 Address: Attn: SSgt Michel J. Leandre Jr., U.S. Marine Corps Special Operation Forces, Stone Bay, Contracting G-4, Bldg RR 400 Rifle Range Rd, Sneads Ferry, NC 28460. Quotes are due on 18 December 2009 by 1200PM/Noon Eastern Standard Time at Marine Corps Special Operations Command, Stone Bay, Contracting G-4, Bldg RR 400 Rifle Range Rd, Sneads Ferry, NC.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/MARSOC/H92257-10-Q-0001/listing.html)
 
Place of Performance
Address: Camp Pendleton, CA (41 Area), Ocean Side, California, 92055-5341, United States
Zip Code: 92055-5341
 
Record
SN02018863-W 20091210/091208234748-bb9cc952b55f9ad9130c784470c915cb (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.