Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 19, 2015 FBO #4986
SOLICITATION NOTICE

J -- Water Rescue Craft Repair and Maintenance - Attachments

Notice Date
7/17/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
Department of the Navy, United States Marine Corps, MCB Camp Butler - Far East, PSC 557 Box 2000, Bldg 355 Camp Foster Okinawa Japan, FPO, 96379-2000, United States
 
ZIP Code
96379-2000
 
Solicitation Number
M67400-15-T-0125
 
Archive Date
8/11/2015
 
Point of Contact
Jose Gil, Phone: 3156458697
 
E-Mail Address
jose.a.gil@usmc.mil
(jose.a.gil@usmc.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Required Coversheet. Statement of Work. This is a combined synopsis / solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This procurement is a Total Small Business Set-Aside. Only quotes submitted by Small Business concerns will be accepted by the Government. The NAICS code is 336611, the size standard is 500. Any quote that is submitted by a contractor that is not a small business concern and/or does not meet the size standard shall not be considered for award. Solicitation number M67400-15-T-0125 applies and is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-83 and Defense Federal Acquisition Supplement Publication Number (DPN) 20150626. The Government intends on issuing a single order to the quoter whose quote is most advantageous to the Government and meets all criteria in this solicitation and Statement of Work (SOW). In accordance with the attached SOW, the Government is soliciting a quote for maintenance and repair of water rescue crafts. This service shall take place in Okinawa, Japan. All services, as annotated in the attached SOW, awarded as a result of this RFQ are expected to commence no later than the date specified in the contract award. All quoters shall submit a technical proposal and a price quotation. The quotation, submitted in response to this solicitation, shall be formatted as follows, in separate volumes. Quoters must include the name, title, address, and phone number of the individual responsible for inquiries to the quotation. Quotations are limited to a maximum of 10 pages per Volume. Quoters shall submit one electronic file for the price proposal and one electronic file for the technical proposal. Volume I - Price Quotation This volume of the quotation shall consist of pricing for all contract requirements. Volume II - Technical Proposal This volume shall contain the Overall Technical Approach; Proposed Methodology; Demonstrated Understanding of the Scope of Work. The quoter shall provide responses which address each of the requirements as listed in the Statement of Work. Detailed responses to each of these requirements shall provide an explanation indicating quoter's ability and proposed methodology to be utilized to meet each requirement. Responses shall not be a restatement of the requirement but shall be comprehensive, well-conceived, and include detailed approaches to accomplishing the tasks presented in the Statement of Work. This volume shall also contain copies of required credentials/certifications and safety plan. (i) Technical Proposal shall be practical, legible, clear, and coherent. In order that evaluation may be accomplished strictly on the merit of the material submitted, no prices shall be included in technical proposals. General statements that the quoter can comply with the requirements will not, by themselves, be adequate. The following factors will be evaluated: Lowest Price Technically Acceptable. Quoters are instructed to completely fill out the attached coversheet and return it along with your quote. All quotes shall be submitted in English. The following FAR and DFARS clauses and provisions apply to this acquisition: FAR 52.204-2 Security Requirements (Aug 1996) FAR 52.204-9 Personal Identity Verification of Contractor Personnel (Jan 2011) FAR 52.209-6 Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment(Aug 2013) FAR 52.212-4 Contract Terms and Conditions -- Commercial Items (Jun 2010) FAR 52.212-5(Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Apr 2012) FAR 52.223-18 Encouraging Contractor Policies To Ban Text Messaging While Driving(Aug 2011) FAR 52.225-14 Inconsistency between English Version and Translation of Contract(Feb 2000) FAR 52.225-17 Evaluation of Foreign Currency Offers(Feb 2000) FAR 52.232-33 Payment by Electronic Funds Transfer (Oct 2003) FAR 52.233-1 Disputes (Jul 2002) FAR 52.233-3 Protest After Award (Aug 1996) FAR 52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004) FAR 52.237-2 Protection Of Government Buildings, Equipment, And Vegitation (Apr 1984) DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials DFARS 252.203-7002 Requirements to Inform Employees of Whistleblower Rights DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials DFARS 252.203-7998 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements- Representation (Deviation 2015-O0010) DFARS 252.203-7999 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements. (DEVIATION 2015-O0010) DFARS 252.204-7003 Control of Government Personal Work Product DFARS 252.204-7005 Oral Attestation of Security Responsibilities DFARS 252.204-7012 Safeguarding of Unclassified Controlled Technical Information DFARS 252.209-7992 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law- Fiscal Year 2015 Appropriations (Deviation 2015-OO0005) DFARS 252.225-7043 Antiterrorism/Force Protection for Defense Contractors Outside the United States DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports DFARS 252.232-7008 Assignment of Claims (Overseas) DFARS 252.232-7010 Levies on Contract Payments DFARS 252.233-7001 Choice of Law (Overseas) DFARS 252.243-7001 Pricing of Contract Modifications Note: Full text of each FAR and DFARS clause and provision may be accessed electronically at http://farsite.hill.af.mil/ Payment shall be made electronically by DFAS Columbus, utilizing Wide Area Work Flow for CONUS quotes, and by DFAS Yokota Japan for local quotes. Quoters are instructed to include their DUNS number and CAGE code in their quote. Failure to provide the required information may result in your quote being considered non-responsive by the Government. Questions regarding this requirement must be submitted to jose.a.gil@usmc.mil NLT 1800 EST on 23 Jul 2015. Quoters shall submit their response to this RFQ via email to jose.a.gil@usmc.mil or via fax to 011-81-611-745-0959 NLT 1800 EST on 27 Jul 2015. However, quoters are advised it is their responsibility to ensure all information pertaining to this RFQ is received in full by the Regional Contracting Office-MCIPAC NLT than the expiration of this RFQ. (End of RFQ)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M67400/M67400-15-T-0125/listing.html)
 
Place of Performance
Address: Okinawa, Japan, United States
 
Record
SN03802097-W 20150719/150717235810-fa9f67921e884ded26070a555f803f98 (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.