Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 02, 2014 FBO #4512
SOLICITATION NOTICE

J -- ATV, Snowmobile, and SUSV Repair/Maintenance - Performance Work Statement

Notice Date
3/31/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811111 — General Automotive Repair
 
Contracting Office
Department of the Navy, United States Marine Corps, -MCMWTC Bridgeport, Marine Corp Mountain Warfare Training Center, Bridgeport, California, 93517-9802, United States
 
ZIP Code
93517-9802
 
Solicitation Number
M33610-14-T-0007
 
Archive Date
5/15/2014
 
Point of Contact
Ariel Pena, Phone: 7609321544
 
E-Mail Address
ariel.pena@usmc.mil
(ariel.pena@usmc.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Performance Work Statement This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation number M33610-14-T-0002 is issued as a Request for Quotation (RFQ). This RFQ and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-72 and Department of Defense FAR Supplement (DFARS) current to DPN 20140331. This is a Small Business Set-Aside. The North American Industry Classification System is 811111 (General Automotive Repair), and the small business size standard is $7.0 Million. The Marine Corps Mountain Warfare Training Center (MCMWTC), Bridgeport, CA has a requirement for the following: CLIN 0001: All-Terrain Vehicle (ATV), snowmobile, and Small Unit Support Vehicle (SUSV) Repair and Maintenance in accordance with the Performance Work Statement (PWS). Unit of Issue: Months. Quantity: 12. CLIN 1001: All-Terrain Vehicle (ATV), snowmobile, and Small Unit Support Vehicle (SUSV) Repair and Maintenance in accordance with the Performance Work Statement (PWS) - OPTION 1. Unit of Issue: Months. Quantity: 12. CLIN 2001: All-Terrain Vehicle (ATV), snowmobile, and Small Unit Support Vehicle (SUSV) Repair and Maintenance in accordance with the Performance Work Statement (PWS) - OPTION 2. Unit of Issue: Months. Quantity: 12. EVALUATION. Award will be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors. The following non-cost factors will be evaluated for acceptability. (a) Knowledge, skills, and abilities: i. The contractor shall possess at least three years of small engine repair experience with off-road 4x4 utility vehicles and snowmobiles. ii. The contractor shall possess at least five years of diagnosis and repair experience with diesel engine vehicles, including the following components: A. Transmission and drivetrain components; B. Diesel engine; and C. Heating and cooling systems. (b) Past Performance: Provide the contact information for recent and relevant contracts or large volume customers. Place of contract performance will be at the Marine Corps Mountain Warfare Training Center, Bridgeport, CA 93517. The following FAR provisions and clauses apply to this acquisition and are incorporated by reference: 52.203-17 Contractor Employee Whistleblower Rights and Requirement To Inform Employees of Whistleblower Rights (Sep 2013) 52.204-7 System for Award Management (Jul 2013) 52.212-1 Instructions to Offerors-Commercial Items (Sep 2013) 52.212-3 Offeror Representations and Certifications-Commercial Items (Nov 2013) 52.212-4 Contract Terms and Conditions-Commercial Items (Sep 2013) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Jan 2014) 52.217-8 Option to Extend Services (Nov 1999) 52.217-9 Option to Extend the Term of the Contract (Mar 2000) 52.228-5 Insurance-Work on a Government Installation (Jan 1997) 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications (Dec 2012) 52.232-39 Unenforceability of Unauthorized Obligations (Jun 2013) 52.237-2 Protection of Government Buildings, Equipment, and Vegetation (Apr 1984) The Following Clauses incorporated in 52.212-5 are also applicable: 52.203-6 Restrictions on Subcontractor Sales to the Government (Sep 2006) 52.204-10 Reporting Executive compensation and First-Tier Subcontract Awards (Jul 2013) 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Jul 2013) 52.209-9 Updates of Publicly Available Information Regarding Responsibility Matters (Jul 2013) 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations (May 2012) 52.219-6 Notice of Total Small Business Set-Aside (Nov 2011) 52.219-14 Limitations on Subcontracting (Nov 2011) 52.222-3 Convict Labor (June 2003) 52.222-19 Child Labor - Cooperation with Authorities and Remedies (Mar 2012) 52.222-21 Prohibition of Segregated Facilities (Feb 1999) 52.222-26 Equal Opportunity (Mar 2007) 52.222-35 Equal Opportunity for Veterans (Sep 2010) 52.222-36 Affirmative Action for Workers with Disabilities (Oct 2010) 52.222-37 Employment Reports on Veterans (Sep 2010) 52.222-40 Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) 52.222-41 Service Contract Act of 1965 (Nov 2007) 52.222-42 Statement of Equivalent Rates for Federal Hires (May 1989) 52.222-43 Fair Labor Standards Act and Service Contract Act-Price Adjustment (Multiple Year and Option Contracts)(Sep 2009) 52.222-50 Combating Trafficking in Persons (Feb 2009) 52.222-54 Employment Eligibility Verification (Aug 2013) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) 52.225-13 Restrictions on Certain Foreign Purchases (June 2008) 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration (Oct 2003) 52.233-3 Protest After Award (AUG 1996) 52.233-4 Applicable Law for Breach of Contract Claim (OCT 2004) The following Defense Federal Acquisition Regulation (DFARS) provisions and clauses apply to this solicitation: 252.201-7000 Contracting Officer's Representative (Dec 1991) 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (Sep 2011) 252.203-7005 Representation Relating to Compensation of Former DoD Officials (Nov 2011) 252.204-7004 Alt A System for Award Management Alternate A (May 2013) 252.204-7011 Alternative Line Item Structure (Sep 2011) 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country (Jan 2009) 252.209-7004 Subcontracting with Firms That Are Owned or Controlled by the Government of a Terrorist Country (Dec 2006) 252.209-7994 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction Under any Federal Law-Fiscal Year 2014 Appropriations (Deviation) 252.225-7000 Buy American-Balance of Payments Program Certificate (Jan 2014) 252.225-7001 Buy American and Balance of Payment Program (Dec 2012) 252.226-7001 Utilization of Indian Organizations and Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns (Sep 2004) 252.227-7015 Technical Data-Commercial Items (Jun 2013) 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Jun 2012) 252.232-7006 Wide Area Workflow Payment Instructions (May 2013) 252.232-7010 Levies on Contract Payments (Dec 2006) 252.243-7002 Requests for Equitable Adjustment (Dec 2012) 252.244-7000 Subcontracts for Commercial Items (Jun 2013) 252.246-7003 Notification of Potential Safety Issues (Jun 2013) 252.247-7023 Transportation of Supplies by Sea (Jun 2013) The full text of the provisions and clauses incorporated here by reference can be found online at http://farsite.hill.af.mil, or by contacting the individual listed on this RFQ. In compliance with DFARS 252.232-7003 (to be included in the award resulting from this solicitation), the USMC is required to use Wide Area Work Flow (WAWF). You may register to use WAWF at https://wawf.eb.mil/. Questions regarding this RFQ must be submitted via email to Staff Sergeant Pena at ariel.pena@usmc.mil. All questions must be submitted prior to April 11, 2014 at 12:00 pm (Pacific). To be considered for award, contractors must submit quotations to ensure they reach destination by no later than 12:00 p.m. PST on 30 April 2014. Quotations received after the due date and time will not be considered for award.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M33610/M33610-14-T-0007/listing.html)
 
Place of Performance
Address: Marine Corps Mountain Warfare Training Center, Bridgeport, California, 93517, United States
Zip Code: 93517
 
Record
SN03324107-W 20140402/140331234027-9aaaf83d8b67fa26876f6e295760e8be (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.