SOLICITATION NOTICE
J -- Flight Line Utility Vehicle Maintenance
- Notice Date
- 9/21/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811111
— General Automotive Repair
- Contracting Office
- M67001 MARINE CORPS BASE CAMP LEJEUNE - RCO Marine Corps Base Camp Lejeune, NC
- ZIP Code
- 00000
- Solicitation Number
- M6700111Q0229
- Response Due
- 10/21/2011
- Archive Date
- 11/5/2011
- Point of Contact
- Harold Kostem 910-451-1769 Lisa Williams, 910-451-1769
- Small Business Set-Aside
- Total Small Business
- Description
- 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 announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This acquisition will be conducted in accordance with FAR Subpart 13.5, Test Program for Certain Commercial Items. The United States Marine Corps MCIEast Contracting Department intends to procure flight line utility vehicle maintenance services. M67001-11-Q-0229 is issued as a Request for Quotation (RFQ) to provide the Government flight line utility vehicle maintenance services. The contractor shall provide I-level maintenance at MALS-14, MALS-29, and MALS-31 by performing labor and services for scheduled and unscheduled inspections/maintenance on 141 Flight Line Utility Vehicles IAW the manufacturers' service manuals. The contractor shall accomplish the functions outlined in the Statement of Work (SOW). The location of performance is MALS-14 (MCAS Cherry Point NC), MALS-29 (MCAS New River NC), and MALS-31 (MCAS Beaufort SC). A detailed description of services are located in attachment one (RFQ). The RFQ documents and incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2005-53, effective August 4, 2011 and DFARS Change Notice (DCN) 20110819, effective 19 August 2011. This solicitation is 100% Small Business Set a Side. The associated North American Industrial Classification System (NAICS) code for this requirement is 811111, Automotive mechanical and electrical repair and maintenance and the small business size standard is $7,000,000.00. Vendors must be registered in the Central Contractor Registration (CCR) database. Lack of registration in the CCR will make vendor ineligible for award. Information on registering in CCR may be obtained by calling (888) 227-2423 or via the internet at http://www.ccr.gov. The provision at 52.212-1, Instructions to Offerors Commercial Items applies to this acquisition. The service the contractor provides shall comply with all Federal, State, and Local regulations. The period of performance is 1 December 2011 thru 30 November 2012 plus two (2) one-year option periods. This acquisition is expected to result in a firm-fixed price level of effort term open market contract that will be awarded to one small business contractor. QTY.U/I CLIN 0001 Flight Line Vehicle Maintenance 12 MO *CLIN 0002 Overtime(NTE) 1 Lot OPTION CLIN 0003 Flight Line Vehicle Maintenance 12 MO *OPTION CLIN 0004 Overtime(NTE) 1 Lot OPTION CLIN 0005 Flight Line Vehicle Maintenance 12MO *OPTION CLIN 0006 Overtime(NTE) 1 Lot *Vendors are not required to provide pricing for CLIN 0002, 0004 and 0006. Government will provide Not To Exceed amount for these CLINS. FOB site: Destination The following Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) provisions and clauses apply to this acquisition: FAR 52.204-7 Central Contractor Registration; FAR 52.212-1 Instructions to Offers-Commercial Items; FAR 52.212-2 Evaluation-Commercial Items (filled in as follows): (1) Technical Capability, (2) Past Performance, (3) Price Evaluation: A vendor s quote must be written in a logical, practical, clear, concise and logically assembled manner, containing all pertinent information in sufficient detail to provide the evaluators with a clear understanding of the vendor s approach and to permit evaluation of the proposed program. It is the responsibility of the vendor to present enough information to allow the various work efforts, support, and management approaches to be meaningfully evaluated without discussions. The vendor s initial quote should contain the vendor s best terms from a price and technical standpoint. However, the Government reserves the right to communicate with vendors if later determined by the Contracting Officer to be necessary. The Government may reject any or all quotations if such action is in the public interest; accept other than the lowest quotation; and waive informalities and minor irregularities in quotations received. A quote must be internally consistent or the quote will be considered unrealistic and may be considered unacceptable. Evaluation of the technical approach will be based upon the extent to which the vendor thoroughly and accurately describes the overall technical solution and most advantageous to the Government. The Government will award a single contract resulting from this request for quotes to the responsible vendor whose quote, conforming to the RFQ, will be most advantageous to the Government, price and other factors considered. Quotes will be evaluated in an efficient and minimally burdensome fashion. The Contracting Officer reserves the right to evaluate quotes without the use of formal evaluation procedures such as establishing a competitive range, conducting discussions, scoring quotations, and to make an award to other than the lowest quote. Evaluation Factors: In evaluating offers, the technical evaluators will consider the following factors and subfactors: 1) Technical Capability (a) Management Plan/Staffing Plan (b) Corporate Experience 2) Past Performance 3) Price Factor 1. The subfactors are weighted equally. Factor 2. If the contractor has no past performance history or relevant past performance, a rating of neutral will be assigned. Factors 1 and 2 are weighted equally and when combined shall be evaluated as significantly more important than Factor 3 Price. 1) Technical Capability (a) Management Plan. The vendor s Management Plan shall demonstrate that sufficient resources are dedicated to the performance of this requirement and that the firm is organized to efficiently carry out services. The vendor shall outline how they intend to accomplish the overall requirement and discuss organization, personnel, and methodology to accomplish this effort. Vendor is required to have current hands-on experience with commercial small utility vehicle maintenance, working knowledge of Navy-Marine Corps Intranet (NMCI) operating systems and working knowledge of Navy Information Systems Security Programs The vendor shall clearly explain how they will manage and control all objectives set forth in the SOW, as well as the staffing and scheduling controls to be implemented. The narrative shall show a clear understanding of the requirement and how their management plan will be implemented. Vendor shall also include an explanation as to how they will comply with the Acceptable Quality Level for Maintaining Required Staffing Levels identified in the SOW. (b) Corporate Experience. Corporate Experience reflects what similar work has this contractor done before, how many times this similar work has been performed, and for how long it was performed. The vendor shall demonstrate their corporate experience in maintenance services efforts of similar complexity and dollar value over the past three years. A narrative shall be provided that shows a clear understanding of the requirement and how the experience and resources of their organization can best provide the necessary management, organizational and business improvement services necessary to carry out this requirement within the time constraints imposed by the SOW. The information provided shall include the following: (1) Customer/company name and address. (2) Brief description of projects/contracts and relevance to this requirement. (3) Total contract value. (4) Period of performance for these relevant projects. (5) Customer point of contact (name, telephone number, and e-mail address). This evaluation factor applies only to the offeror s corporate experience as a unit, and not in the experience of its individual members (such as if previously employed in a similar company) or subcontractors. 2) Past Performance Past Performance reflects how well vendors have performed in similar projects. Relevant past performance is defined as performance of contracts of similar size scope & complexity as this requirement performed within the past three (3) years. For the purpose of this RFQ, similar in scope means the provision, delivery & installation of similar quantity and quality items as those identified in Attachment (1). The Government reserves the right to obtain & use past performance information from sources other than those listed in the quote, to include prior dealing with the government & personal knowledge of the company. Vendors are required to submit overtime rates for each labor category. Vendors shall provide at least two (2) relevant past performance references with their quote. Reference information shall include agency or business name, contract number, dollar amount, point of contact (include phone number and email address), for which your firm has provided the same or similar services or supplies. Offerors may also offer provide information on problems encountered on these idenitified contracts and the offeror s corrective actions. Firms without a record of relevant past performance must affirmatively state that no relevant past performance is available. Such firms will receive a neutral rating that will be evaluated neither positively nor negatively. Questions concerning this RFQ shall be in writing via email or fax and shall be received by the issuing office no later than 12 MIDNIGHT EDST, 10 October 2011. Questions should be submitted in writing to the Contracting Department, Attn: Harold Kostem, via email at Harold.Kostem@usmc.mil or via fax to (910)451-2193. Alternate point of contact will be Mrs. Lisa Williams at (910)451-1535 or lisa.p.williams@usmc.mil Quotes shall be submitted no later than 10:00 AM EDST, 21 OCTOBER 2011, to be considered for award. All quotes shall be submitted to Mr. Harold Kostem via Fax, or email, harold.kostem@usmc.mil. The phone number for submitting quotes via fax is: (910) 451-2193. Vendors are responsible for ensuring their quotes have been received. Contact the above indicated contract specialist or contracting officer to ensure the government has received your quote. Late quotes will be rejected. Offerors are notified this office does not consider exception (2) of FAR solicitation provision 52.215-1(c)(3)(ii) to apply to email submissions. Vendors are to include a completed copy of the provisions at FAR 52.212-3 Offeror Representations and Certifications -- Commercial Items and DFARS 252.212-7000 Offeror Representations and Certifications Commercial Items with the quote. If the vendor has completed the annual representations and certifications electronically at http://orca.bpn.gov only paragraph (k) of 52.212-3 and DFARS 252.212-7000 provision shall be completed (please submit a completed copy of paragraph (k) and 252.212-7000 with your quote). PLEASE REFER TO ATTACHED STATEMENT OF WORK
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M67001/M6700111Q0229/listing.html)
- Record
- SN02586754-W 20110923/110922000642-4694d49f542b3d91b792857684dd9f03 (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 |