Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 15, 2024 SAM #8297
MODIFICATION

J -- Side Connector Overhaul and Regeneration (SCOR) III

Notice Date
8/13/2024 5:26:08 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
COMMANDER ALBANY GA 31704-0313 USA
 
ZIP Code
31704-0313
 
Solicitation Number
M6700424R0006
 
Response Due
9/3/2024 9:00:00 AM
 
Archive Date
09/18/2024
 
Point of Contact
Stanley Sanders, Phone: 9046964812, Malcolm Williams, Phone: 9046964817
 
E-Mail Address
stanley.sanders@usmc.mil, malcolm.williams.ctr@usmc.mil
(stanley.sanders@usmc.mil, malcolm.williams.ctr@usmc.mil)
 
Small Business Set-Aside
WOSB SBA Certified Women-Owned Small Business (WOSB) Program Set-Aside (FAR 19.15)
 
Description
This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are requested, and a written solicitation will not be issued. The solicitation number is M6700424R0006 and is issued as a Request For Proposals (RFP). The incorporated provisions and clauses contained in this announcement are those in effect through Federal Acquisition Circular 2024-04 effective 05/05/2024. This is a 100% Woman Owned Small Business Set-aside using NAICS 811310 (Commercial and Industrial Machinery and Equipment (except Automotive and Electronic Repair and Maintenance), with a size standard of $12.5M. The following Contract Line Items will be used for this contract and ALL SCS Over and Above pricing will be provided at time of contract award based upon budget constraints. All Offerors are to price all SCS inspection/testing CLINs and include in Volume III Cost/Price along with the instructions contained in FAR 52.212-1 Instructions to Offerors � Commercial Products and Services with the Section L addendum. ITEM NO�������� SUPPLIES/SERVICES������� QUANTITY�� UNIT�� �������� �UNIT PRICE�������������� AMOUNT 0001��������������� SCS Inspection/Testing ������ 1��� ������� SET��������������������� _____________����������� _____________ FIRM FIXED PRICE Contractor shall provide all personnel, materials, and facilities for Side Connector Set Inspection and Testing in accordance with the Performance Work Statement (PWS), the attached Commercial Interim payment schedule, and the terms and conditions of this contract. CONTRACTOR AUTHORIZED TO SUBMIT MULTIPLE INVOICES.���� ����������������������������������������������������������� ����������������������������������������������������������������������������������������������� NET AMT������� ___________________ ITEM NO�������� SUPPLIES/SERVICES������� QUANTITY�� UNIT�� �������� �UNIT PRICE�������������� AMOUNT 0002��������������� SCS Over and Above��� ������ 1��� ������� JOB��������� _____________����������� _____________ FIRM FIXED PRICE Contractor shall provide all personnel, materials, and facilities for SCS corrective maintenance in accordance with the Performance Work Statement (PWS), and the terms and conditions of this contract. ""Over and Above"" work shall be performed In Accordance with PWS paragraph 3.9 (IAW) DFARS 252.217-7028. ALL OVER AND ABOVE WORK SHALL BE APPROVED BY THE CONTRACTING OFFICER PRIOR TO INCURRING COSTS. CONTRACTOR AUTHORIZED TO SUBMIT MULTIPLE INVOICES.������������������������������������������������������������� ����������������������������������������������������������������������������������������������� NET AMT������� ___________________ ITEM NO�������� SUPPLIES/SERVICES������� QUANTITY�� UNIT�� �������� �UNIT PRICE�������������� AMOUNT 1001��������������� SCS Inspection/Testing ������ 1��� ������� SET��������������������� _____________����������� _____________ FIRM FIXED PRICE Contractor shall provide all personnel, materials, and facilities for Side Connector Set Inspection and Testing in accordance with the Performance Work Statement (PWS), the attached Commercial Interim payment schedule, and the terms and conditions of this contract. CONTRACTOR AUTHORIZED TO SUBMIT MULTIPLE INVOICES.���� ����������������������������������������������������������� ����������������������������������������������������������������������������������������������� NET AMT������� ___________________ ITEM NO�������� SUPPLIES/SERVICES������� QUANTITY�� UNIT�� �������� �UNIT PRICE�������������� AMOUNT 1002��������������� SCS Over and Above��� ������ 1��� ������� JOB��������� _____________����������� _____________ FIRM FIXED PRICE Contractor shall provide all personnel, materials, and facilities for SCS corrective maintenance in accordance with the Performance Work Statement (PWS), and the terms and conditions of this contract. ""Over and Above"" work shall be performed In Accordance with PWS paragraph 3.9 (IAW) DFARS 252.217-7028. ALL OVER AND ABOVE WORK SHALL BE APPROVED BY THE CONTRACTING OFFICER PRIOR TO INCURRING COSTS. CONTRACTOR AUTHORIZED TO SUBMIT MULTIPLE INVOICES.������������������������������������������������������������� ����������������������������������������������������������������������������������������������� NET AMT������� ___________________ ITEM NO�������� SUPPLIES/SERVICES������� QUANTITY�� UNIT�� �������� �UNIT PRICE�������������� AMOUNT 2001��������������� SCS Inspection/Testing ������ 1��� ������� SET��������������������� _____________����������� _____________ FIRM FIXED PRICE Contractor shall provide all personnel, materials, and facilities for Side Connector Set Inspection and Testing in accordance with the Performance Work Statement (PWS), the attached Commercial Interim payment schedule, and the terms and conditions of this contract. CONTRACTOR AUTHORIZED TO SUBMIT MULTIPLE INVOICES.���� ����������������������������������������������������������� ����������������������������������������������������������������������������������������������� NET AMT������� ___________________ ITEM NO�������� SUPPLIES/SERVICES������� QUANTITY�� UNIT�� �������� �UNIT PRICE�������������� AMOUNT 2002��������������� SCS Over and Above��� ������ 1��� ������� JOB��������� _____________����������� _____________ FIRM FIXED PRICE Contractor shall provide all personnel, materials, and facilities for SCS corrective maintenance in accordance with the Performance Work Statement (PWS), and the terms and conditions of this contract. ""Over and Above"" work shall be performed In Accordance with PWS paragraph 3.9 (IAW) DFARS 252.217-7028. ALL OVER AND ABOVE WORK SHALL BE APPROVED BY THE CONTRACTING OFFICER PRIOR TO INCURRING COSTS. CONTRACTOR AUTHORIZED TO SUBMIT MULTIPLE INVOICES.������������������������������������������������������������� ����������������������������������������������������������������������������������������������� NET AMT������� ___________________ ITEM NO�������� SUPPLIES/SERVICES������� QUANTITY�� UNIT�� �������� �UNIT PRICE�������������� AMOUNT 3001��������������� SCS Inspection/Testing ������ 1��� ������� SET��������������������� _____________����������� _____________ FIRM FIXED PRICE Contractor shall provide all personnel, materials, and facilities for Side Connector Set Inspection and Testing in accordance with the Performance Work Statement (PWS), the attached Commercial Interim payment schedule, and the terms and conditions of this contract. CONTRACTOR AUTHORIZED TO SUBMIT MULTIPLE INVOICES.���� ����������������������������������������������������������� ����������������������������������������������������������������������������������������������� NET AMT������� ___________________ ITEM NO�������� SUPPLIES/SERVICES������� QUANTITY�� UNIT�� �������� �UNIT PRICE�������������� AMOUNT 3002��������������� SCS Over and Above��� ������ 1��� ������� JOB��������� _____________����������� _____________ FIRM FIXED PRICE Contractor shall provide all personnel, materials, and facilities for SCS corrective maintenance in accordance with the Performance Work Statement (PWS), and the terms and conditions of this contract. ""Over and Above"" work shall be performed In Accordance with PWS paragraph 3.9 (IAW) DFARS 252.217-7028. ALL OVER AND ABOVE WORK SHALL BE APPROVED BY THE CONTRACTING OFFICER PRIOR TO INCURRING COSTS. CONTRACTOR AUTHORIZED TO SUBMIT MULTIPLE INVOICES.������������������������������������������������������������� ����������������������������������������������������������������������������������������������� NET AMT������� ___________________ ITEM NO�������� SUPPLIES/SERVICES������� QUANTITY�� UNIT�� �������� �UNIT PRICE�������������� AMOUNT 4001��������������� SCS Inspection/Testing ������ 1��� ������� SET��������������������� _____________����������� _____________ FIRM FIXED PRICE Contractor shall provide all personnel, materials, and facilities for Side Connector Set Inspection and Testing in accordance with the Performance Work Statement (PWS), the attached Commercial Interim payment schedule, and the terms and conditions of this contract. CONTRACTOR AUTHORIZED TO SUBMIT MULTIPLE INVOICES.���� ����������������������������������������������������������� ����������������������������������������������������������������������������������������������� NET AMT������� ___________________ ITEM NO�������� SUPPLIES/SERVICES������� QUANTITY�� UNIT�� �������� �UNIT PRICE�������������� AMOUNT 4002��������������� SCS Over and Above��� ������ 1��� ������� JOB��������� _____________����������� _____________ FIRM FIXED PRICE Contractor shall provide all personnel, materials, and facilities for SCS corrective maintenance in accordance with the Performance Work Statement (PWS), and the terms and conditions of this contract. ""Over and Above"" work shall be performed In Accordance with PWS paragraph 3.9 (IAW) DFARS 252.217-7028. ALL OVER AND ABOVE WORK SHALL BE APPROVED BY THE CONTRACTING OFFICER PRIOR TO INCURRING COSTS. CONTRACTOR AUTHORIZED TO SUBMIT MULTIPLE INVOICES.������������������������������������������������������������� ����������������������������������������������������������������������������������������������� NET AMT������� ___________________ ITEM NO�������� SUPPLIES/SERVICES������� QUANTITY�� UNIT�� �������� �UNIT PRICE�������������� AMOUNT 5001��������������� SCS Inspection/Testing ������ 1��� ������� SET��������������������� _____________����������� _____________ FIRM FIXED PRICE Contractor shall provide all personnel, materials, and facilities for Side Connector Set Inspection and Testing in accordance with the Performance Work Statement (PWS), the attached Commercial Interim payment schedule, and the terms and conditions of this contract. CONTRACTOR AUTHORIZED TO SUBMIT MULTIPLE INVOICES.���� ����������������������������������������������������������� ����������������������������������������������������������������������������������������������� NET AMT������� ___________________ ITEM NO�������� SUPPLIES/SERVICES������� QUANTITY�� UNIT�� �������� �UNIT PRICE�������������� AMOUNT 5002��������������� SCS Over and Above��� ������ 1��� ������� JOB��������� _____________����������� _____________ FIRM FIXED PRICE Contractor shall provide all personnel, materials, and facilities for SCS corrective maintenance in accordance with the Performance Work Statement (PWS), and the terms and conditions of this contract. ""Over and Above"" work shall be performed In Accordance with PWS paragraph 3.9 (IAW) DFARS 252.217-7028. ALL OVER AND ABOVE WORK SHALL BE APPROVED BY THE CONTRACTING OFFICER PRIOR TO INCURRING COSTS. CONTRACTOR AUTHORIZED TO SUBMIT MULTIPLE INVOICES.������������������������������������������������������������� ����������������������������������������������������������������������������������������������� NET AMT������� ___________________ ITEM NO�������� SUPPLIES/SERVICES������� QUANTITY�� UNIT�� �������� �UNIT PRICE�������������� AMOUNT 6001��������������� SCS Inspection/Testing ������ 1��� ������� SET��������������������� _____________����������� _____________ OPTION FIRM FIXED PRICE Contractor shall provide all personnel, materials, and facilities for Side Connector Set Inspection and Testing in accordance with the Performance Work Statement (PWS), the attached Commercial Interim payment schedule, and the terms and conditions of this contract. This CLIN is a six-month optional ordering period for the purpose of issuing a one-year task order. CONTRACTOR AUTHORIZED TO SUBMIT MULTIPLE INVOICES.���������������������������� ����������������������������������������������� NET AMT������� ___________________ ITEM NO�������� SUPPLIES/SERVICES������� QUANTITY�� UNIT�� �������� �UNIT PRICE�������������� AMOUNT 6002��������������� SCS Over and Above��� ������ 1��� ������� JOB��������� _____________����������� _____________ OPTION FIRM FIXED PRICE Contractor shall provide all personnel, materials, and facilities for SCS corrective maintenance in accordance with the Performance Work Statement (PWS), and the terms and conditions of this contract. ""Over and Above"" work shall be performed In Accordance with PWS paragraph 3.9 (IAW) DFARS 252.217-7028. This CLIN is a six-month optional ordering period for the purpose of issuing a one-year task order. ALL OVER AND ABOVE WORK SHALL BE APPROVED BY THE CONTRACTING OFFICER PRIOR TO INCURRING COSTS. CONTRACTOR AUTHORIZED TO SUBMIT MULTIPLE INVOICES�������������������������������������������������� ����������������������������������������������������������������������������������������������� NET AMT������� ___________________ All Supplies/services will be inspected/accepted at: USMC BLOUNT ISLAND COMMAND NAVY SUPPORT ELEMENT 5880 CHANNEL VIEW BLVD. JACKSONVILLE FL 32226-3404 FOB DESTINATION DELIVERY INFORMATION CLIN�������������������������� DELIVERY DATE������������������������������������������� SHIP TO ADDRESS 0001��������������������������� POP 29-SEP-2024 TO 28-SEP-2025����� USMC BLOUNT ISLAND COMMAND��������� ����������������������������������������������������������������������������������������������� NAVY SUPPORT ELEMENT 5880 CHANNEL VIEW BLVD. JACKSONVILLE FL 32226-3404 (904)696-5229 FOB: Destination 0002��������������������������� POP 29-SEP-2024 TO 28-SEP-2025����� SAME AS PREVIOUS LOCATION 1001��������������������������� POP 29-SEP-2024 TO 28-SEP-2025����� SAME AS PREVIOUS LOCATION 1002��������������������������� POP 29-SEP-2024 TO 28-SEP-2025����� SAME AS PREVIOUS LOCATION 2001��������������������������� POP 29-SEP-2024 TO 28-SEP-2025����� SAME AS PREVIOUS LOCATION 2002��������������������������� POP 29-SEP-2024 TO 28-SEP-2025����� SAME AS PREVIOUS LOCATION 3001��������������������������� POP 29-SEP-2024 TO 28-SEP-2025����� SAME AS PREVIOUS LOCATION 3002��������������������������� POP 29-SEP-2024 TO 28-SEP-2025����� SAME AS PREVIOUS LOCATION 4001��������������������������� POP 29-SEP-2024 TO 28-SEP-2025����� SAME AS PREVIOUS LOCATION 4002��������������������������� POP 29-SEP-2024 TO 28-SEP-2025����� SAME AS PREVIOUS LOCATION 5001��������������������������� POP 29-SEP-2024 TO 28-SEP-2025����� SAME AS PREVIOUS LOCATION 5002��������������������������� POP 29-SEP-2024 TO 28-SEP-2025����� SAME AS PREVIOUS LOCATION 6001��������������������������� POP 29-SEP-2024 TO 28-SEP-2025����� SAME AS PREVIOUS LOCATION 6002��������������������������� POP 29-SEP-2024 TO 28-SEP-2025����� SAME AS PREVIOUS LOCATION The provision at FAR 52.212-1 Instructions to Offerors � Commercial Products and Services with FAR 52.212-1 �Addendum applies to this acquisition as attached. The provision at FAR 52.212-2 � Evaluation � Commercial Products and Services with FAR 52.212-2 Addendum, applies to this acquisition as attached. All Offerors are required to include a completed copy of the provision at FAR 52.212-3, Offeror Representation and Certifications � Commercial Products and Services, with the offer. The Clause at 52.212-4, Contract Terms and Conditions � Commercial Products and Services is applicable to this acquisition. The Clause at 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Products and Services is applicable to this acquisition as attached. The following cluses are hereby incorporated by reference and are available at: https://www.acquisition.gov/far_looseleaf 52.203-3 Gratuities APR 1984 52.203-11 Certification And Disclosure Regarding Payments To Influence Certain Federal Transactions SEP 2007 52.203-12 Limitation On Payments To Influence Certain Federal Transactions JUN 2020 52.203-17 Contractor Employee Whistleblower Rights NOV 2023 52.204-7 System for Award Management OCT 2018 52.204-9 Personal Identity Verification of Contractor Personnel JAN 2011 52.204-13 System for Award Management Maintenance OCT 2018 52.204-16 Commercial and Government Entity Code Reporting AUG 2020 52.204-17 Ownership or Control of Offeror AUG 2020 52.204-18 Commercial and Government Entity Code Maintenance AUG 2020 52.204-19 Incorporation by Reference of Representations and Certifications. DEC 2014 52.204-22 Alternative Line Item Proposal JAN 2017 52.209-7 Information Regarding Responsibility Matters OCT 2018 52.212-1 Instructions to Offerors--Commercial Products and Commercial Services SEP 2023 52.212-4 Contract Terms and Conditions--Commercial Products and Commercial Services NOV 2023 52.222-22 Previous Contracts And Compliance Reports FEB 1999 52.222-25 Affirmative Action Compliance APR 1984 52.222-25 Affirmative Action Compliance APR 1984 52.222-41 Service Contract Labor Standards AUG 2018 52.223-5 Pollution Prevention and Right-to-Know Information MAY 2024 52.225-13 Restrictions on Certain Foreign Purchases FEB 2021 52.225-20 Prohibition on Conducting Restricted Business Operations in Sudan--Certification AUG 2009 52.228-5 Insurance - Work On A Government Installation JAN 1997 52.229-3 Federal, State And Local Taxes FEB 2013 52.232-39 Unenforceability of Unauthorized Obligations JUN 2013 52.232-40 Providing Accelerated Payments to Small Business Subcontractors MAR 2023 52.232-40 Providing Accelerated Payments to Small Business Subcontractors MAR 2023 52.245-1 Government Property SEP 2021 52.245-9 Use And Charges APR 2012 252.201-7000 Contracting Officer's Representative DEC 1991 252.203-7000 Requirements Relating to Compensation of Former DoD Officials SEP 2011 252.203-7001 Prohibition On Persons Convicted of Fraud or Other Defense- Contract-Related Felonies JAN 2023 252.203-7002 Requirement to Inform Employees of Whistleblower Rights DEC 2022 252.203-7003 Agency Office of the Inspector General AUG 2019 252.203-7005 Representation Relating to Compensation of Former DoD Officials SEP 2022 252.204-7000 Disclosure Of Information OCT 2016 252.204-7003 Control Of Government Personnel Work Product APR 1992 252.204-7004 Antiterrorism Awareness Training for Contractors JAN 2023 252.204-7006 Billing Instructions--Cost Vouchers MAY 2023 Offerors are required to review and complete the Provisions and Clauses as applicable and incorporated by full text as attached. The attached Performance Work Statement (PWS), Performance Requirements Summary (PRS), and Quality Assurance Surveillance Plan (QASP), contain specific performance requirements, Acceptable Quality Levels, and the Governments plan for surveillance of Contactor Performance of this Contract as attached. All questions/comments shall be submitted in writing to Contracting Officer, Stanley G. Sanders Jr (904)696-4812: Stanley.sanders@usmc.mil ALL OFFERS ARE DUE NLT; 3 SEPTEMBER 1200 EST All offers shall be marked Proposal No. M6700424R0006, ATTN: Stanley Sanders, Contracts Department, DO NOT OPEN IN MAIL ROOM.� Mailing Address is: U.S. Marine Corps Blount Island Command Attn: Stanley Sanders 5880 Channel View Blvd. Jacksonville, FL 32226-3404
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/5d220b61ab1f4f93a6bc4da2aec4f719/view)
 
Place of Performance
Address: Jacksonville, FL 32226, USA
Zip Code: 32226
Country: USA
 
Record
SN07167466-F 20240815/240813230116 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.