Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 16, 2014 FBO #4740
SOLICITATION NOTICE

19 -- Hydrodynamic Test Rig HTR Dive Support Services - RFQ M6890915Q7604

Notice Date
11/14/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
488310 — Port and Harbor Operations
 
Contracting Office
Department of the Navy, United States Marine Corps, MARCORSYSCOM, 2200 Lester Street, Quantico, Virginia, 22134, United States
 
ZIP Code
22134
 
Solicitation Number
M6890915Q7604
 
Archive Date
12/17/2014
 
Point of Contact
RONNIE D. BIERNER, Phone: 7607252478
 
E-Mail Address
ronnie.d.bierner@usmc.mil
(ronnie.d.bierner@usmc.mil)
 
Small Business Set-Aside
N/A
 
Description
RFQ M6890915Q7604 This is a combined synopsis/solicitation for commercial items 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; quotations are being requested and no additional written solicitation will be issued. Solicitation number M68909-15-Q-7604 is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-77, and the Defense Federal Acquisition Regulations Supplement Change Notice 20144014. This is a Service Disabled Veteran Owned Small Business 100% set-aside (FAR 19.14) procurement on a Firm-Fixed-Price basis. NAICS Code 488310 and size standard of under $25.5 million applies. The procurement is for a Base Year with two Option Years of non-personal, contractor provided top-level dive team assistance as needed to provide a three-man OSHA compliant surface-supplied dive team to assist in the potential surface or sub-surface rescue down to an 80-foot depth for HTR vehicle crewmen, etc. Divers are paid on a “wet-pay” or “dry-pay” basis. The determination as to whether a diver or divers have a need to enter into the water rests with the on-site Government Test Director, or his/her designated representative, except in those cases where an emergency situation occurs that such approval cannot be received in time to prevent the loss of life or equipment. The Place of Performance is the Amphibious Vehicle Test Branch and open ocean waters off the coast of Camp Pendleton, CA. Please see the attached Performance Work Statement (PWS) for further information. The Period Of Performance (POP) is as follows: Base Year: 1 January – 31 December 2015 Option Year One: 1 January – 31 December 2016 Option Year Two: 1 January – 31 December 2017 The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following: 52.219-6, 52.219-27, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.222-36, 52.222-37, 52.223-18,, 52.222-43, 52.232-33, 52.222-42, 52.222-43, 52.237-11, 52.217-8, 52.217-9, 52.204-2, 52.237-2, 52.237-3, 252.201-7000, 252.203-7000, 252.203-7002, 252.203-7005, 252.204-7000, 252.204-7012, 252.204-7015, 252.209-7993 (Dev), 252.232-7010, 252.237-7010, NMCARS 5237.102-90, DFARS 252.232-7006. The full text of the referenced FAR clauses may be accessed electronically at http://farsite.hill.af.mil/vffara.htm and http://farsite.hill.af.mil/VFDFARA.HTM. This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. The Government will apply the following evaluation factors to identify the best value proposal and identifies the key areas of importance in the evaluation process. Technical Understanding and Approach, Personnel Qualifications and Experience, and Past Performance, when combined, are significantly more important than Price. The following factors shall be used to evaluate offers: Technical Understanding and Approach Personnel Qualifications and Experience Past Performance Price Section M. of the attached RFQ provides further information concerning the evaluation factors. There is no Defense Priorities and Allocations System (DPAS) rating assigned. Quotes are due no later than 2 December 2014 at 1630 Pacific Standard Time to Contract Specialist Ronnie Dale Bierner the Government Point of Contact at 760 725 2478 via email at ronnie.d.bierner@usmc.mil and the Contracting Officer Sandra L. Ingram at 760 725 9189 via email at sandra.ingram@usmc.mil. For further information please contact Contract Specialist Ronnie Dale Bierner at 760.725.2478 or ronnie.d.bierner@usmc.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/Contracts_Office_CTQ8/M6890915Q7604/listing.html)
 
Record
SN03573532-W 20141116/141114234518-9aaf8fea1b3ef48cb88cc81d59a39ef4 (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.