SOLICITATION NOTICE
99 -- Miscellaneous
- Notice Date
- 10/28/2010
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- M67004 MARINE CORPS LOGISTICS COMMAND ALBANY RCO 814 Radford Blvd Albany, GA
- ZIP Code
- 00000
- Solicitation Number
- M6700411T0026
- Response Due
- 11/15/2010
- Archive Date
- 2/15/2011
- Point of Contact
- Nellie Garner 229-639-6776
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial services 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 solicitation; quotations are being requested and A WRITTEN SOLICITATION WILL NOT BE ISSUED. This requirement is being issued as a Request for Quotation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-46 and Defense Acquisition Circular 91-13. MCLC, Albany, GA intends to negotiate a firm fixed price contract for the following item: The United States Marine Corps requests logistics and maintenance services in support of the Consolidated Storage Program (CSP) Individual Issue Facility (IIF) enterprise. The services provided will support the operation of the IIF network for Infantry Combat Equipment (ICE), individual Field Protective Masks (FPMs), limited Special Training Allowance Pool equipment, designated Chemical, Biological, Radiological, Nuclear Defense (CBRND) Equipment and enterprise-wide asset visibility of the equipment being managed. The purpose of the CSP IIF is to provide support (e.g., issue, recover, storage, maintenance, management, inventory visibility, accountability, automated shelf-life management, forecasting, etc.) for the Marine Corps families of ICE; CBRND; and STAP equipment. At a minimum, performance will take place both within the Continental United States (CONUS), and Outside the Continental United States (OCONUS) at up to 33 locations. CSP IIF support is required in all of the current and potential sites. All facilities are government owned locations. A limited amount of equipment, such as forklifts, racking systems, containers, and computers, will be provided as government furnished property. The Government intends to award a contract to Lion-Vallen, Industries for services to support the CSP IIF network. The period of performance is approximately 4 months. This contract will serve as a bridge contract to Lion-Vallen Industries (LVI), while the government conducts a new competitive source selection and successful transition to a single source contractor for the totality of CSP. The proposed NAICS Code for this acquisition is 541614; Size Standard is $7.0M. NOTE: The following FAR/DFAR Clauses/Provisions apply: 52.209-8 Updates of Information Regarding Responsibility Matters; 52.211-15 Defense Priority and Allocation Requirements; 52.212-1 Instructions to Offers-Commercial Items; 52.212-4 Contract Terms and Conditions “ Commercial Items; 52.222-99 Notification of Employee Rights under the National Labor Relations Act; 52.247-34 F.O.B. Destination; 252.204-7003 Control of Government Personnel Work Product; 252.211-7003 Item Identification and Valuation; 252.225-7002 Qualifying Country Sources as Subcontractors; 252.232-7010 Levies on Contract Payments; 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders “ Commercial Items (Incorporating 52.203-6 Restrictions on Subcontractor Sales to the Government; 52.203-13, Contractor Code of Business Ethics and Conduct; 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Award; 52.219-8 Utilization of Small Business Concerns; 52.219-9, Small Business Subcontracting Plan; 52.219-16, Liquidated Damages ”Subcontracting Plan; 52.219-28 Post Award Small Business Program Representation; 52.222-3 Convict Labor; 52.222-19 Child Labor “ Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36 Affirmative Action for Workers with Disabilities; 52.222.37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-54 Employment Eligibility Verification; 52.223-9 Estimate of Percentage of Recovered Material Content for EPA-Designated Items; 52.223-16, IEEE 1680 Standard for the Environmental Assessment of Personal Computer Products; 52.223-18 Contractor Policy to Ban Text Messaging While Driving; 52.225-13 Restrictions on Certain Foreign Purchases; 52.239-1, Privacy or Security Safeguards; 52.232-33 Payment by Electronic Funds Transfer “ Central Contractor Registration;), 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items incorporating 52.203-3 Gratuities; 252.203-7000 Requirements Relating to Compensation of Former DoD Officials; 252.205-7000 Provision of Information to Cooperative Agreement Holders; 252.219-7003, Small Business Subcontracting Plan; 252.225-7001 Buy American Act and Balance of Payments Program; 252.225-7012 Preference for Certain Domestic Commodities; 252.226-7001 Utilization of Indian Organization, Indian-Owned Economic Enterprises and Native Hawaiian Small Business Concerns; 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports; 252.243-7002 Requests for Equitable Adjustments; and 252.247-7023 Transportation of Supplies by Sea. [The contractor shall extend to the Government the full coverage of any standard commercial warranty normally offered in a similar commercial product, provided such warranty is available at no additional cost to the Government.] Offerors responding to this announcement must provide the information contained in 52.212-3, Evaluation “ Commercial Items (Alt 1); with their offer incorporating 252.212-7000 Offeror Representations and Certifications ”Commercial Items. The offeror shall also provide its Commercial and Government Entity (Cage) Code, Contractor Establishment Code (DUNS number) and Tax Identification Number. CONTRACTORS MUST BE REGISTERED IN THE CENTRAL CONTRACTOR REGISTER AND WIDE AREA WORKFLOW (WAWF) TO BE CONSIDERED FOR AWARD. Information on registration may be obtained by calling 1-888-227-2423 or via the internet at http://www.ccr.gov. The United States Marine Corps utilizes WAWF as its ONLY authorized method to electronically process vendor requests for payment. If your business is not currently registered to use WAWF-RA, visit the WAWF-RA website at https://wawf.eb.mil. If a change occurs in this requirement; only those offerors that respond to this announcement within the required time frame will be provided any changes/amendments and considered for future discussions and/or award. Written, facsimile, or emailed quotes and the above required information must be received at this office on or before 15 November 2010. All responsible business sources may submit a proposal that will be considered by the Marine Corps Logistics Command, Contracts Department, Contract Specialist: Nellie Garner, Email: nellie.garner@usmc.mil, phone: 229-639-6776, fax: 229-639-8232. Mailing address: Contracts Department, (S1922), 814 Radford Blvd., Ste 20270, 2nd Floor, MCLC, Albany, GA 31704-1128. See Numbered Note(s) 22.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M67004/M6700411T0026/listing.html)
- Record
- SN02318474-W 20101030/101028234015-7174d79ec30a8e07a049759a6f1966fc (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 |