SOLICITATION NOTICE
J -- Maintenance, Repair and Rebuilding of Equipment
- Notice Date
- 3/25/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 238990
— All Other Specialty Trade Contractors
- Contracting Office
- M67004 Marine Corps Logistics Command 814 Radford Blvd Albany, GA
- ZIP Code
- 00000
- Solicitation Number
- M6700415R0015
- Response Due
- 4/27/2015
- Archive Date
- 5/12/2015
- Point of Contact
- Kevin Fralish 229-639-8594
- Small Business Set-Aside
- N/A
- Description
- SUBJECT: COUGAR HULL BLASTING SERVICE FEDERAL SUPPLY CODE: J- Maintenance, Repair and Rebuilding of Equipment SOLICITATION NUMBER: M67004-15-R-0015 SOLICITATION CLOSES: 27 April 2015 @ 5:30 PM EST Point of Contact: Kevin W. Fralish, Contracts Department, (Code S1940), 814 Radford Blvd, MCLC, Albany, GA 31704-1128. Telephone: (229) 639-8594, Fax: (229) 639-6793 Email responses preferred: kevin.fralish@usmc.mil This is a combined synopsis/solicitation for commercial supplies prepared in accordance with the format in FAR Subparts 12.6 and 13.5, as supplemented with additional information included with or attached to this notice. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-80. THIS NOTICE CONSTITUTES THE ONLY SOLICITATION. Competition for this requirement is restricted to Small Business concerns. The Marine Corps Logistics Command (MCLC) Albany, Georgia intends to solicit and award a Firm Fixed Price contract for this requirement. The North American Industry Classification System (NAICS) Code 238990- All Other Specialty Trade Contractors; Size Standard 15.0 Mil. The government reserves the right to make one, multiple or no award resulting from this solicitation. Notes: 1.Any resultant contract from this solicitation will be structured as an Indefinite Delivery “ Indefinite Quantity type, with an ordering period of 365 days. The contract only guarantees the minimum quantity of each Contract Line Item Number (CLIN) will be ordered during the period of performance. 2. The Performance Work Statement (PWS) and Hull pictures are also available on the LOGCOM Contracts Department website http://www.logcom.marines.mil/Business/Contracts/Contractors/Drawings.aspx (see above Solicitation Number). 3.If Offerors propose a turn-around period from pick up to return delivery longer than that specified in the PWS it must be clearly annotated in the offer. Hulls will be picked up and returned by the contractor to Marine Corps Logistics Base, Whse 1330, Door 7, Bay 2, Albany GA 31704. 4.Returned Hulls must be free of rust upon delivery. Flash rusted hulls will not be accepted. CLIN 0001: BLAST COUGAR HULL, CAT 1(Approx. WT 10,500 lbs) “ Quantity Min 10 - Max 30. Pick up, Blast clean government owned Cougar Hulls in accordance with PWS attached and return cleaned (rust free) hull. CLIN 0002: BLAST COUGAR HULL, CAT 2(Approx. WT 11,460 lbs) “ Quantity Min 10 - Max 30. Pick up, Blast clean government owned Cougar Hulls in accordance with PWS attached and return cleaned (rust free) hull. Offers will be evaluated in accordance with FAR 13.106-2 considering the lowest-priced, technically acceptable offer and past performance. The following FAR/DFAR Clauses/Provisions apply: 52.203-3 Gratuities 52.203-6 Restrictions on Subcontractor Sales to the Government 52.204-2 Security Requirements 52.204-7 Central Contracting Registration 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.204-13 Central Contractor Registration Maintenance 52.209-6 Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.209-8 Information Regarding Responsibility Matters 52.211-5 Material Requirements 52.211-15 Defense Priority and Allocation Requirements; 52.212-1 Instructions to Offerors ”Commercial Items; 52.212-3(Alt 1) Offerors Representations and Certifications “ Commercial Items; 52.212-4 Contract Terms and Conditions “ Commercial Items; 52.212-5 Contract Terms and Conditions required to Implement Statutes or Executive Orders- Commercial Items 52.216-18 Ordering 52.216-19 Order Limitations 52.216-22 Indefinite Quantity 52.219-6 Notice of Total Small Business Set-Aside 52.219-8 Utilization of Small Business Concerns 52.219-28 Post Award Small Business Program Representation 52.222-3 Convict Labor 52.222-19 Child Labor 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-35 Equal Opportunity for Veterans 52.222-36 Affirmative Action for Workers with Disabilities 52.222-37 Employment Reports on Veterans 52.222-40 Notification of Rights under National Labor Relations Act 52.222-41 Service Contract Act of 1965 52.222-42 Statement of Equivalent Rates for Federal Hires; Used for information only, it is not a wage determination-Employee Class-WG-5310 maintenance Worker $22.33 per hour. 52.222-50 Combating Trafficking in Persons 52.223-18 Encouraging Contractor Policies to BAN Text Messaging While Driving 52.232-33 Payment by Electronic Funds Transfer 52.232-39 Unenforceability of Unauthorized Obligations 52.245-1 Government Property 52.246-25 Limitation of Liability “ Services 52.247-34 F.O.B. Destination; 52.252-2 Clauses Incorporated by Reference 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.204-7003 Control of Government Personnel Work Product 252.204-7004 (Alt A) Central Contractor Registration Alternate A 252.204-7005 Oral Attestation of Security Responsibilities 252.204-7012 Safeguarding of unclassified controlled technical information 252.204-7015 Disclosure of Information to Litigation Support Contractors 252.225-7002 Qualifying Country Sources as Subcontractors 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.232-7006 Wide Area Workflow WAWF 252.232-7010 Levies on Contract Payments; 252.243-7001 Pricing of Contract Modifications 252.243-7002 Request for Equitable Adjustment 252.245-7001 Tagging, Labeling, and Marking of Government-Furnished Property 252.245-7002 Reporting Loss of Government Property 252.245-7003 Contractor Property Management System Administration Offerors responding to this announcement must provide the information required by 252.212-7000 Offeror Representations and Certifications ”Commercial Items - with their offer or indicate that they have entered the information via Online Representations and Certifications Application at System for Award Management (SAM) https://www.sam.gov/portal/public/SAM/. The offeror must provide its current Commercial and Government Entity (CAGE) code, Contractor Establishment code (DUNS number) and Tax Identification Number. Contractors must be registered in the SAM and Wide Area Workflow (WAWF) to be considered for award. The United States Marine Corps utilizes (WAWF) as its ONLY authorized method to electronically process vendor requests for payment. If your business is not currently registered to use WAWF-RA, visit the WAWF-RA website at https://wawf.eb.mil. All responsible small business sources may submit a quote which shall be considered. Email (preferred) or faxed quotes with cover sheet and all of the above required information (call the P.O.C. above before faxing). All offers must be received by the above listed Point of Contact (P.O.C), no later than the Solicitation Closing Date indicated above.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/0552dc688d832d346ed90416c1727310)
- Record
- SN03678661-W 20150327/150325235141-0552dc688d832d346ed90416c1727310 (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 |