Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 25, 2011 FBO #3653
MODIFICATION

J -- WARTEC Non-GME/Vehicle Maintenance and Towing Service - Vehicle List (11/23/2011)

Notice Date
11/23/2011
 
Notice Type
Modification/Amendment
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
M67399 MARINE CORPS AIR GROUND COMBAT CENTER 29 PALMS-RCO Twentynine Palms, CA
 
ZIP Code
00000
 
Solicitation Number
M6739912Q0008
 
Response Due
11/15/2011
 
Archive Date
12/16/2011
 
Point of Contact
Porfirio P. Aragon, Phone: 7608303415
 
E-Mail Address
porfirio.aragon@usmc.mil
(porfirio.aragon@usmc.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Updated Vehicle List Combined Synopsis/Solicitation (Maintenance services for Non-Government maintained equipment) This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; request for quotations are being requested and a written solicitation will not be issued. The solicitation is being issued as a request for quotation (RFQ). RFQ # M67399-12-Q0008 The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-53. This is a restricted purchase set-aside for 100% Small Business Concerns. The North American Industry Classification System Code (NAICS) is 811310. The Standard Industrial Classification Code (SIC) for this order is 7539. The small business size standard is $7.0 million. The Federal Supply Classification (FSC) for this order is 4910. This solicitation is for the procurement of a base year plus four (4) option years contract for the maintenance/inspection of 20 WARTEC Non-Government Maintained Equipment(GME) and vehicles. These following commercial services are requested in this solicitation; CLIN 0001 – Qty: U/I Item Description: WARTEC Non-GME Maintenance and Towing Service. Period of Performance is from 1 December 2011 thru 30 November 2012. The Contractor shall provide all materials, tools, equipment, labor and supervision necessary to perform scheduled and unscheduled maintenance/inspections on 17 WARTEC Non-GME and 5 vehicles in accordance with the manufactures’ service manuals. Contractor shall also provide 24-hour, 7 days a week (including holidays) towing/ roadside/on-site service. See Attachment 1 of this solicitation for list of WARTEC Non-GME/Vehicles. OPTION CLIN 0002 - Qty: U/I Item Description: WARTEC Non-GME Maintenance and Towing Service (Option Year One). Period of Performance is from 1 December 2012 thru 30 November 2013. OPTION CLIN 0003 - Qty: U/I Item Description: WARTEC Non-GME Maintenance and Towing Service (Option Year Two). Period of Performance is from 1 December 2013 thru 30 November 2014. OPTION CLIN 0004 - Qty: U/I Item Description: WARTEC Non-GME Maintenance and Towing Service (Option Year Three). Period of Performance is from 1 December 2014 thru 30 November 2015. OPTION CLIN 0005 - Qty: U/I Item Description: WARTEC Non-GME Maintenance and Towing Service (Option Year Four). Period of Performance is from 1 December 2015 thru 30 November 2016. Special Instructions: 1. The Contractor will be required to perform quarterly maintenance on all WARTEC Non-GME/vehicles. Additional services requested may include but are not limited to, oil changes and tire repairs as required and any other repairs necessary to maintain the equipment in proper working order. 2. Contractor shall establish, maintain and update a maintenance record for all WARTEC Non-GME/vehicles on a quartarly basis or as maintenance is performed (which ever occurs first). 3. Contractor shall provide towing/roadside/on-site service that covers approximately a 150 mile radius around each of the following Marine Corps installations encompassing all geographical areas and all points in, around and between, Marine Corps Air Ground Combat Center (MCAGCC) 29 Palms, Marine Corps Base (MCB) Camp Pendleton; Mountain Warfare Training Center (MWTC) Bridgeport, Marine Corps Logistic Base (MCLB) Barstow. No service in Mexico. Response time will be within (2) to (4) hours of requester’s distress call for any and all services required. 4. Contractor is requested to submit an RFQ that shows the cost broken down for: i. Per hour rates for scheduled Preventative Maintenance (PM) and Inspections. ii. Per hour rates for regular scheduled work. iii. Per hour rates for road service calls. iv. Per hour rates for overtime (non-scheduled, emergency, weekend and holiday). v. Per hour rates for towing. Normal working hours are from 0730 (7:30 AM) to 1630 (4:30 PM) Monday through Friday. Overtime is any unscheduled service outside of the normal working hours. 5. See Attachment 1 for list of WARTEC Non-GME/Vehicles. The period of performance is 1 December 2011 thru 30 November 2012 plus four (4) one-year option periods. This acquisition is expected to result in a firm-fixed price open market contract that will be awarded to one small business contractor. The awardee of this award is required to be registered with, understand, and invoice through Wide Area Workflow. The following Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation (DFAR) provisions and clauses are applicable to this acquisition. All provisions and clauses may be found at the following website: http://farsite.hill.af.mil/. FAR: 52.204-7, 52.212-1, 52.212-2, 52.212-3, 52.212-4, 52.212-5 (a)(b)(4)(6)(7)(11)(21)(24)(25)(26)(27)(29)(35)(36)(40)(45) (c)(1)(2),52.217-5, 52.222-22, 52.222-23, 52.222-25, 52.223-3, 52.223-5, 52.223-10, 52.236-9, 52.247-34. DFARS: 252.204-7004 (Alt A), 252.212-7000, 252.212-7001(a)(b)(1)(6) (I)(21)(27)IV)(c). Note: The complete provision of Federal Acquisition Regulation (FAR) 52.212-3 must accompany bid submittal. The Government intends to issue one (1) award from this solicitation, to the responsible/responsive quote whose quote will be the most advantageous to the Government. The Basis for Award is best value. The Government will make an award that proves to be the best all around value to the Government, utilizing the following evaluation criteria: Technical Capability and Price. (1) Technical Capability (2) 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. 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. *** It is very important that all vendors and contractors follow all instructions provided below, when quotes are submitted *** Please include affirmative certification of ability to comply with Required Delivery Date. Additional information required in quotation: DUNS #, CAGE CODE #, and TIN #. The Government is seeking F.O.B Destination. If you have any questions or concerns, please contact Sgt Porfirio Aragon at 760-830-3415 or Email: Porfirio.Aragon@usmc.mil. All questions are due by 1200 (12:00 PM) PST November 28, 2011. Questions shall be directed to Sgt Porfirio Aragon, Contract Specialist, Email: Porfirio.Aragon@usmc.mil. Questions are requested to be submitted via Email. Answers to all questions received will be posted via amendment to this solicitation no later than 1600 (4:00 PM) PST November 29, 2011. Quotations are due by 1200 (12:00 PM) PST December 2, 2011 at the Purchasing & Contracting Branch, Marine Corps Air Ground Combat Center(MCAGCC), Marine Corps Air Ground Task Force Training Command (MCAGTFTC), Bldg 1102, Door 21, Twentynine Palms, CA 92278-6053, ATTN: Sgt Porfirio Aragon, Contract Specialist, Telephone # 760-830-3415, Email: Porfirio.Aragon@usmc.mil. Faxed quotations will not be accepted. Expected award date is 1600 (4:00 PM) PST December 9, 2011. Please submit your quotations via any method listed below: E-mail Federal Express or mail courier Hand-Carried to the Office MCAGCC Access/Security Requirements-Contractor and Contractor-Employee Access Conditions: 1. Access Procedures Are Mandatory: All contractor employees are required to obtain business access or permanent business access. Daily access procedures must not be used to circumvent background check requirements outlined below. Attempts to improperly use daily access procedures may result in denial of access to the involved employees. 2. Business Access: Required for contractor employees requiring access for periods from one day to one year. Submit the following: • A valid form of Federal or state government I.D. • If driving a motor vehicle, a valid driver's license, vehicle registration and proof of insurance. • Proof of employment on a valid Government contract (e.g., a letter from the prime contractor including contract number and term). • Proof of an employee background check conducted within the past year covering the previous two years. Contractor employee background checks are conducted at contractor expense. The background check: (a) must establish the employee's citizenship or legal alien status. Acceptable documents include birth certificate, Immigration and Naturalization Service (INS) forms and passports. (b) must include proof of a criminal records check from the county or state where the employee resided for the previous two years (or length of legal residence for foreign nationals in the U.S. for less than two years). (c) will be subject to Government verification via the FBI National Crime Information Center (NCIC) Interstate Identification Index (III). If the background check is selected for verification, the employee will be required to submit fingerprint records to the FBI Automated Fingerprint Identification System (AFIS) database. NCIC checks and fingerprinting will be performed at Government expense. Note: All contractor personnel performing work under this contract requiring access to the military installation shall obtain personal entry and a vehicle pass from the Provost Marshal’s Office (PMO) of the Combat Center. For the MCAGCC/MAGTFTC, this process includes the completion of a COMBAT CENTER ACCESS AUTHORITY letter issued by the Regional Contracting Office (NW). 3. Permanent Business Access: Required for contractor employees requiring access for periods from one to three years. Submit all items listed above under “business access.†NCIC check and fingerprint of all contractor employees will be conducted at Government expense. Contractor-provided background checks will be reevaluated annually, and will be updated by the contractor as required at the contractor’s expense. 4. Emergency Access: Each Marine Corps installation develops its own procedures which allow the contractor quick access without compromising installation security for situations in which contractor response is crucial in order to preserve and/or restore critical facilities. The contractor is responsible for ascertaining and complying with the procedures established by each installation on which it does business. 5. Installation Access Badges: Each Marine Corps installation develops its own procedures for readily identifying contractor employees working on the installation. The installation may either provide access badges to individual contractor employees at government expense or it may require the contractor to provide badges to its employees, at its expense. The contractor is responsible for ascertaining and complying with the procedures established by each installation on which it does business. 6. Denial of Access: The Commanding General of each installation has broad authority to remove or exclude any person in fulfilling his responsibility to protect personnel and property, to maintain good order and discipline, and to ensure the successful and uninterrupted performance of the Marine Corps mission. In the exercise of this authority, the Commanding General may refuse to grant access or may bar contractor employees, including employees who have previously been granted access. Refusal to grant an employee access or barment of an employee does not relieve the Contractor of the responsibility to continue performance under this contract. Among other reasons, access may be denied if it is determined that an employee: a. is on the National Terrorist watch List. b. is illegally present in the United States. c. is subject to an outstanding warrant. d. has knowingly submitted an employment questionnaire with false or fraudulent information. e. has been issued a debarment order and is currently banned from military installations. 7. Employee Identification: Contractor personnel performing work under this contract shall be readily identifiable as an employee of the contractor through the use of uniforms or nametags, or via an alternate method approved by the Contracting Officer. 8. Employee Compliance. The Contractor’s employees shall observe and comply with all MCAGCC/MAGTFTC rules and regulations applicable to contract personnel, including those applicable to the safe operation of vehicles, and shall not be present in locations not required for the proper performance of this contract. Contractor personnel and equipment entering a military installation are subject to security checks. Contractor personnel shall follow any direction given by military police, law enforcement, or other security or safety personnel. 9. Contract Termination: The Contractor is responsible for ensuring clearances, permits, passes, or security badges are promptly returned to the issuing activity upon termination of an employee, completion of a project, or termination of a contract or subcontract.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M67399/M6739912Q0008/listing.html)
 
Record
SN02628622-W 20111125/111123234348-43530b6587aef28ca659f9e2eaadbf72 (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 |
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.