Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 22, 2024 SAM #8304
SOLICITATION NOTICE

J -- Obstacle Course Maintenance Services

Notice Date
8/20/2024 6:53:27 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
COMMANDING OFFICER NORFOLK VA 23551-2596 USA
 
ZIP Code
23551-2596
 
Solicitation Number
M2000124Q0011
 
Response Due
9/9/2024 9:00:00 AM
 
Archive Date
09/24/2024
 
Point of Contact
GySgt Raynn L. Baptiste, Phone: 7574454290
 
E-Mail Address
raynn.baptiste@usmc.mil
(raynn.baptiste@usmc.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a combined synopsis/solication for commericail items prepared in accordance with the format in Subpart 12.6 of the Federal Acquisition Regulations (FAR), as supplemented with additional informationincluded in this notice. Offers are ebing requested and a written solicition will not be issued.� The solication number M2000124Q0011 is issued as a request for quotation (RFQ) using FAR Part 12 and 13 procedures.� This solication document and incorporated provisions and clauses are those in effect through Federal Acqusition Circular 2024-05. This opportunity is 100% Set-Aside for Small Business and the associated North American Industrial Classification System (NAICS) code is 811310 - Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance with a small business size standard of $12,500,000.� The action resulting from this opportunity will be a Firm Fixed Price (FFP) Purchase Order.� DESCRIPTION OF REQUIREMENT: CLIN� � � � � � � � �SUPPLIES / SERVICES� � � � � � � � � � � � � � QTY� � �UNIT� � �UNIT� � � PRICE 0001� � � Obstacle Course Repair/Refurbishment�Services� � � 1� � � � �Each� � _____� � � ________ Description of Services: The contractor will repair/refurbish the Obstacle Course in accordance with the Peformance Work Statement. SITE VISIT:� Offerors are �urged and expected� to attend a site visit August 26-30, 2024. Parties desiring to participate in the site visit must contact Gunnery Sergeant Raynn Baptiste via email at raynn.baptiste@usmc.mil indicating the company name, point of contact, telephone number, and number of persons attending with first and last names by 4:30 p.m. eastern time on Friday 23 August 2024. Directions and base access information will be provided via email to those that are participating.� Question Period:�Offerors may submit questions no later than Tuesday 3 September 2024 at 4:30 p.m.�eastern time.�Any questions received after this time will not be answered. All questions received prior to the deadline will be answered and posted to this notice via an amendment. PERIOD OF PERFORMANCE AND LOCATION Period of Performace:�The Government is expecting an estimated 60-90 day (2-3 month) period of performance after date of Award.� Location:� � � Camp Elmore, Norfolk VA 23551 The provision at�52.212-1, Instructions to Offerors-Commercial,�applies to this acquisition. The provision at�52.212-2, Evaluation-Commercial Items, applies to this acquisition as follows: (a) The Government intends to award a contract resulting from this solicitation to the responsible quoter whose quotation conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors are listed in no specific order of precedence and will be used to evaluate quotations: 1. Technical 2. Price 3. Past performance Evaluation: 1. Technical: Quotes meeting all specifications outlined in this solicitation will be deemed technically capable.�All work shall conform to MCO 5530 14A,MS DWG No. 30-59 A-4001 (course specs), and NAVFAC EM-385. 2. Price Reasonableness will be conducted in accordance with FAR 13.106-3(a). The total quoted price, to include shipping costs, will be used in the price evaluation. 3. Past performance evaluation will use procedures outlined in DFARS 204.7603, and 252.204-7024 . (b) Options (if applicable): The Government will evaluate quotes for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. Quoters are advised to include a completed copy of the follwing provisions with their quotation:��52.204-24�or�52.204-26;�52.212-3; and�252.204-7016�or�252.204-7017. The clause at�52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. The clause at�52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, and the below FAR clauses cited in the clause are applicable to the acquisition:� 52.204-10; 52.204-27; 52.219-6; 52.219-28; 52.222-21; 52.222-26; 52.222-35; 52.222-36; 52.222-37; 52.222-41; 52.222-50; 52.223-18; 52.225-13; and 52.232-33; 52.222-41; 52.222-55; 52.222-62. ADDITIONAL CONTRACT REQUIREMENT(S) OR TERMS AND CONDITIONS:� FAR Provisions(p) and Clauses(c): 52.203-18(p); 52.204-7(p); 52.204-9(c); 52.204-13(c); 52.204-16(p); 52.204-18(c); 52.204-19(c); 52.204-22(p); 52.213-3(c); 52.219-1 Alt 1 DEV 2023-O0002 (p); 52.232-39(c) and 52.232-40(c); 52.237-1(p);� 52.237-2(c); 52.252-1(p); and 52.252-2(c). DFARS Provisions(p) and Clauses(c):� 252.203-7000(c); 252.203-7002(c); 252.203-7005(p); 252.204-7003(c); 252.204-7004(c); 252.204-7008(p); 252.204-7012(c); 252.204-7015(c); 252.204-7016(p); 252.204-7017(p); 252.204-7018(c); 252.204-7020(p); 252.204-7024(p); 252.223-7006(c); 252.223-7008(c); 252.223-7997(p); 252.223-7998(p); 252.225-7055(p); 252.225-7056(c); 252.225-7059(p); 252.225-7060(c); 252.232-7003(c); 252.232-7006(c); 252.232-7010(c). The Defense Priorities and Allocations System�(DPAS) and assigned rating do not apply. QUOTATIONS ARE DUE�(CLOSING DATE/TIME):� 09 September 2024 at 04:30 PM (Eastern Time). Quotes/Offers received after this date and time may be deemed ineligible for award. SUBMIT QUOTATIONS�electronically to:� � Raynn L. Baptiste Gunnery Sergeant, USMC Procurement Chief MARFORCOM | Contracting Office EMAIL: raynn.baptiste@usmc.mil DISCLAIMER.��This is a RFQ. A quotation submitted in response is not an offer and, consequently, cannot be accepted by the Government to form a binding contract. Therefore, issuance by the Government of an order in response to a supplier�s quotation does not establish a contract. The order is an offer by the Government to the supplier to buy certain supplies or services upon specified terms and conditions. A contract is established when the supplier accepts the offer. See FAR 13.004(a)
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/45ec3a076e1a4fce890e8de2a2c4e1ad/view)
 
Place of Performance
Address: Norfolk, VA 23551, USA
Zip Code: 23551
Country: USA
 
Record
SN07177626-F 20240822/240820230119 (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.