MODIFICATION
J -- Logistics Integrated Support for Secondary Repairable Items - Draft PWS & Current NSN List
- Notice Date
- 10/9/2019
- Notice Type
- Modification/Amendment
- NAICS
- 811213
— Communication Equipment Repair and Maintenance
- Contracting Office
- Department of the Navy, United States Marine Corps, Marine Corps Logistics Command (LOGCOM), 814 Radford Blvd, Suite 240, Bldg 3700, Albany, Georgia, 31704-1128, United States
- ZIP Code
- 31704-1128
- Solicitation Number
- M67004-19-Q-0044
- Point of Contact
- Felecity N. Burns, Phone: 2296396783, Suzanne Coomes, Phone: 229.639.6741
- E-Mail Address
-
felecity.burns@usmc.mil, suzanne.coomes@usmc.mil
(felecity.burns@usmc.mil, suzanne.coomes@usmc.mil)
- Small Business Set-Aside
- N/A
- Description
- NSNs currently on contract DRAFT Performance Work Statement THIS IS A SOURCES SOUGHT NOTICE REPRESENTING A MARKET SURVEY AND IS NOT A REQUEST FOR PROPOSALS OR QUOTATIONS. THE GOVERNMENT DOES NOT INTEND TO AWARD A CONTRACT ON THE BASIS OF THIS SOURCES SOUGHT SYNOPSIS. THE GOVERNMENT WILL NOT REIMBURSE THE RESPONDENT FOR ANY COSTS ASSOCIATED WITH PREPARING OR SUBMITTING A RESPONSE TO THIS NOTICE. THE GOVERNMENT RECOGNIZES THAT PROPRIETARY DATA MAY BE A PART OF YOUR SUBMITTAL. IF SO, CLEARLY MARK SUCH RESTRICTED OR PROPRIETARY DATA AND PRESENT IT AS AN ADDENDUM TO THE NON-RESTRICTED/NONPROPRIETARY INFORMATION. The Marine Corps Logistics Command (MCLC), Albany, GA is conducting market research to identify potential sources with the capacity and technical capability necessary to successfully operate and manage the Logistics Integration Support program. The scope of this contract covers the Remanufacture, Overhaul, and Repair (ROR) and/or tear-down and evaluation (TD&E) of Marine Corps Ground Equipment Secondary Repairable (SECREP) items turned in at designated Government locations (CONUS and OCONUS). MCLC i s i n t e n d ed to pro v i d e a s i n g le s o u r ce f o r c o n tra c ted SEC R EP R OR at f i x ed u n it pr ices, w ith c o ns i s te n t c o n tra c t u al t u r n - a rou n d ti m es ( T A T s ) a n d at O r i g i n al E q u i p m e n t M a n u f a c t u r er ( O EM ) s p e c i f i c ati o n s. In addition to the Updated Performance Work Statement, the Government has provided an excel spreadsheet displaying the current NSNs on contract, an asterik by the ones previously added to contract and the number of times each NSN has been repaired since 2015. This is not a solicitation announcement. No contract will be awarded from this announcement. No reimbursement will be made for any costs associated with providing information in response to this announcement. The Government will use responses to this Sources Sought Notice to make appropriate acquisition decisions. Any resultant contract is anticipated to be Firm Fixed Price. This requirement fall under the North American Industry Classification System (NAICS) code 811213 - Communication Equipment Repair and Maintenance, Small Business Administration table of small business size standard in million of dollars $12.0. Interested firms must demonstrate in their qualification statement that they are qualified to perform these rebuilds under this NAICS code in accordance with the Performance Work Statement. This acquisition is not set aside for small business. Firms responding to the Sources Sought Notice are requested to provide the MCLC all appropriate documentation (i.e., a detailed capability statement and/or relevant past performance history documenting its ability to perform similar requirements) -- to support its ability to carry-out the requirements listed herein via e-mail. The capability statements shall not exceed twenty (20) pages and must include the following: 1) Company name and Point of Contact information (address, telephone, e-mail, web-site, etc.); 2) DUNS number and CAGE code; and 3) Familiarity and product knowledge. Responses are due within 14 calendar days after date of publication of this sources sought, and shall be electronically submitted to: felecity.burns@usmc.mil. This sources sought should not be construed as commitment by the Government for any purpose. Response is strictly voluntary; no reimbursement will be made for any costs associated with providing information in response to this sources sought or any follow-up information requests. If a solicitation is released, it will be via FedBizOpps (http://www.fedbizopps.gov). It is the responsibility of the potential offerors to monitor the website for any information that may pertain to this Source Sought Notice or a future solicitation. Feedback and/or evaluation information will not be provided to any firm regarding their individual capability statements in response to the Source Sought Notice.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M67004/M67004-19-Q-0044/listing.html)
- Record
- SN05471714-W 20191011/191009230525-e540295434aa8e98496c709b0a43539a (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 |