SOLICITATION NOTICE
R -- Professional, Administrative and Management Support Services
- Notice Date
- 2/6/2013
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- M67004 Marine Corps Logistics Command 814 Radford Blvd Albany, GA
- ZIP Code
- 00000
- Solicitation Number
- M6700413T0056
- Response Due
- 2/14/2013
- Archive Date
- 5/15/2013
- Point of Contact
- Felecity Burns 229-639-6783
- Small Business Set-Aside
- N/A
- Description
- Point of Contact: Felecity Burns, Contracts Department, (Code S1922), 814 Radford Blvd, MCLC, Albany, GA 31704-1128. Telephone: (229) 639-6783, Email: felecity.burns@usmc.mil. SOLICITATION CLOSES: Feb 14, 2013 @ 10:00 AM EST This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included with or attached to this notice. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-64. THIS NOTICE CONSTITUTES THE ONLY SOLICITATION. This requirement is for full and open competition. The North American Industry Classification Standard (NAICS) code 518210 “ Data Processing, Hosting and Related Services. Size standard $25.0 Million applies. A firm-fixed price contract is anticipated. The government reserves the right to make one, multiple or no awards resulting from this solicitation. CLIN 0001: Hub Access for Master Cross Reference List (MCLR) Services to include access to Parts Availability Database, 24/7 Phone support, One on-site training session during the contract year and the ability for all users to send messages broadcasts at no additional charge. Access to overhaul capabilities of more than 700 FAA repair stations, send messages broadcasts at no additional charge and allow up to 60 users simultaneously with concurrent access. Delivery: 30 days ARO or sooner to Marine Depot Maintenance Command (MDMC) Albany/Barstow The following FAR/DFARS clauses/provisions apply and are incorporated by reference: 52.211-15 Defense Priority and Allocation Requirements; 52.212-1 Instructions to Offerors-Commercial Items with the following paragraph addenda: (b)(4)Submit a technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in this solicitation. This may include product literature, or other descriptive documents. (b)(4)(i) If proposing an alternative or similar product that meets the form, fit and function of any part of this requirement, vendors are required to indicate same. If the vendor does not provide sufficient information for evaluation, the quote will not be considered śTechnically Acceptable ť and excluded from consideration; 52.212-2 Evaluation “ Commercial Items with the following paragraph addenda: Award will be made on the lowest-priced, technically acceptable basis, considering the following factors: technical capability of the item to meet the government ™s requirements, delivery, past performance, and price. 52.212-3 (Alt 1) Offeror Representations and Certifications “ Commercial Items; 52.212-4 Contract Terms and Conditions “ Commercial Items; 52.247-34 F.O.B Destination; 252.211-7003 Item Identification and Valuation; 252.212-7000 Offeror Representations and Certifications ”Commercial Items; 252.225-7000 Buy American Statute--Balance of Payments Program Certificate 252.232-7006 Wide Area Workflow Payment Instructions; 252.232-7010 Levies on Contract Payments; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders “ Commercial Items (FEB 2012); 52.203-6 Restrictions on Subcontractor Sales to the Government; 52.204-10 Reporting Executive Compensation and First Tier Subcontract Awards; 52.209-6 Protecting the Government ™s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (DEC 2010) (31 U.S.C. 6101 note). (Applies to contracts over $30,000.00). (Not applicable to subcontracts for the acquisition of commercially available off the shelf items); 52.219-6 Notice of Total Small Business Set-Aside; 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; 52.222-36 Affirmative Action for Workers with Disabilities; 52.223-18 Contractor Policy on Ban Text Messaging While Driving; 52.225-13 Restrictions on Certain Foreign Purchases; 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 [additionally incorporating selected clauses; 252.203-7000 Requirements Relating to Compensation of Former DoD Officials; 252.225-7001 Buy American Act and Balance of Payments Program (OCT 2011) (41 U.S.C. Chapter 83, E.O. 10582); 252.225-7012 Preference for Certain Domestic Commodities; 252.232-7003 Electronic Submission of Payments Requests and Receiving Reports; 252.243-7002 Request For Equitable Adjustment; 252.247-7023 Transportation of Supplies by Sea; The offeror must provide its Commercial and Government Entity (Cage) code, Contractor Establishment code (DUNS number) and Tax Identification Number. Contractors must be registered in the System for Award Management (SAM) and Wide Area Workflow (WAWF) to be considered for award. 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. All responsible sources may submit a quote which shall be considered. Email (preferred) or faxed quotes with all of the above required information must be received by the point of contact below by the Solicitation Closing Date. Point of Contact: Felecity Burns, (229) 639-6783, mail/email offers directly to Contracts Dept. (Code S1924) 814 Radford Blvd, MCLC, Albany, GA 31704-1128, Email: felecity.burns@usmc.mil (Preferred), FAX (229) 639-6793. See Numbered Note(s) 1.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/05dd23fc0a482975d971b1eba44f90c9)
- Record
- SN02980999-W 20130208/130206234540-05dd23fc0a482975d971b1eba44f90c9 (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 |