SOLICITATION NOTICE
J -- Corrosion Prevention and Control
- Notice Date
- 2/18/2025 10:26:43 AM
- Notice Type
- Presolicitation
- NAICS
- 811121
— Automotive Body, Paint, and Interior Repair and Maintenance
- Contracting Office
- COMMANDER QUANTICO VA 22134-6050 USA
- ZIP Code
- 22134-6050
- Solicitation Number
- M67854-25-R-5104
- Response Due
- 4/30/2025 1:00:00 PM
- Archive Date
- 12/31/2025
- Point of Contact
- Kimberly A. Stone, Deshawn Gaines
- E-Mail Address
-
kimberly.a.stone@usmc.mil, deshawn.gaines@usmc.mil
(kimberly.a.stone@usmc.mil, deshawn.gaines@usmc.mil)
- Description
- M67854-25-R-5104 This is a pre-solicitation notice for a commercial acquisition utilizing FAR parts 12 and 15 procedures. THIS PRE-SOLICIATION NOTICE IS NOT A REQUEST FOR PROPOSAL (RFP). ALL POTENTIAL VENDORS SHOULD NOT SUBMIT FORMAL PROPOSAL RESPONSES UNTIL THE RFP IS POSTED TO THIS WEBSITE. This notice is for informational purposes only and the Government is not obligated to issue a solicitation as a result of this notice. Also, this pre-solicitation notice is not to be construed as a commitment by the Government and nor shall the Government pay for any information submitted as a result of this posting. The Marine Corps Systems Command has a requirement for operational support in the form of corrosion repair services. Program Management Combat Support Systems, Corrosion Prevention and Control (CPAC) Team requires field-level intermediate maintenance support in the form of corrosion repair. The support includes inspection, disassembly, cleaning, body repair, surface preparation, coating application, registration marking and reassembly. The North American Industry Classification System (NAICS) Code for this requirement will be (NAICS) code 811121, Automotive Body, Paint, and Interior Repair and Maintenance. The Product Service Code (PSC) J023, Maint/repair/rebuild Of Equipment-Ground Effect Vehicles, Motor Vehicles, Trailers, and Cycles. It is intended that the place of performance will be the aboard the Corrosion Repair Facility (CRF) in Okinawa, Japan. This solicitation will be issued as a Full and Open Competition. The following evaluation criteria will be used to evaluate each offerors proposal: technical, past performance, small business participation plan, and price. Any resultant contract will be a Firm Fixed Price, services contract. The performance period for this contract will span 5 years from the date of award with an 8-month base period and four, 1-year option periods. All Offerors, regardless of size, shall submit a Small Business Participation Plan conforming to the requirements of FAR 19.7 and DFARS 219.7. Small Business Participation plan goals will be presented in the solicitation once released. Additionally, all respondents must be registered in the System for Award Management and VETS-4212 database. The anticipated solicitation release date is anticipated by April 2025 and will be issued via sam.gov. All notices and amendments to the solicitation will be posted at this same site and the offeror will be responsible for obtaining all documents associated with this procurement. Offerors will have 30 days to submit proposals. No further information is available until official issuance of the formal solicitation.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/54dcac6967f34aff87ee0312eea79978/view)
- Place of Performance
- Address: Camp Kinser, JP-47, JPN
- Country: JPN
- Country: JPN
- Record
- SN07344983-F 20250220/250218230032 (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 |