Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 21, 2023 SAM #7725
SOLICITATION NOTICE

S -- AFD National Vessel Contract: Relocation/Delivery, Storage, Maintenance, Appraisal, and Disposal Services for Seized and/or Forfeited Vessel for CONUS and OCONUS.

Notice Date
1/19/2023 12:18:28 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
713930 — Marinas
 
Contracting Office
U.S. DEPT OF JUSTICE, USMS LANDOVER MD 20785 USA
 
ZIP Code
20785
 
Solicitation Number
15M50023RA440000
 
Response Due
2/21/2023 10:00:00 AM
 
Archive Date
03/08/2023
 
Point of Contact
Ricardo Blanco, Phone: 7037403961, Kimberly S. Hall, Phone: 7037401713
 
E-Mail Address
Ricardo.blanco-soto@usdoj.gov, kimberly.hall2@usdoj.gov
(Ricardo.blanco-soto@usdoj.gov, kimberly.hall2@usdoj.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
COMBINED SYNOPSIS/SOLICITATION 15M50023RA4400003, National Vessel Contract. The U.S. Marshals Service (USMS), Asset Forfeiture Division is in need of relocation, storage, maintenance, appraisal, and disposal services of seized/forfeited vessels within CONUS and OCONUS locations. The goal is to maintain the value and condition of each asset pending forfeiture or other action of the Federal Courts. This is a combined synopsis/solicitation for commercial products or 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; proposals are being requested and a written solicitation will not be issued. This solicitation is issued as a Request for Proposal (RFP), solicitation number # 15M50023RA4400003 in accordance with FAR Parts 12. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2022-08, effective 28 October 2022. The North American Industry Classification System Code (NAICS) is 713990 �Marinas� with a business size standard of $9.5 million. Offerors must be registered in the System Award Management (SAM) site found at https://www.sam.gov under the applicable NAICS Code prior to proposal submission. IAW FAR 19.502-2 (1) and 19.502-2 (2), this requirement is Set-Aside 100% Small Business. All responsible sources may submit a proposal, which if received timely, will be considered by the Agency. The contractor shall furnish all personnel, equipment, tools, materials, supervision, and all other items and services that are required to perform services under this contract and Statement of Work, refer to attached documents. The contract line items (CLINs) associated with this solicitation can be found at Attachment 8 � Vessel Pricing Schedule and solicitation # 15M50023RA4400003. The provisions at FAR 52.212-1, Instructions to Offerors � Commercial Products and Commercial Services (Nov 2021) and addenda applies to this acquisition, refer to attachment # 3. The provisions at FAR 52.212-2, Evaluation � Commercial Products and Commercial Services (Nov 2021) and addenda applies to this acquisition, refer to attachment # 4. The provisions at FAR 52.212-3, Offeror Representations and Certifications � Commercial Products and Commercial Services (Oct 2022), refer to solicitation # 15M50023RA4400003. FAR Clause 52.212-4, Contract Terms and Conditions � Commercial Products and Commercial Services (Nov 2021) applies to this acquisition, refer to solicitation # 15M50023RA4400003. FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders � Commercial Products and Commercial Services (Oct 2022), applies to this acquisition, refer to solicitation # 15M50023RA4400003. Proposals and deliverables must be received no later than 1:00 PM Eastern Standard Time (EST), 21 Feb 2023 at the following email addresses:��Ricardo.blanco-soto@usdoj.gov and Kimberly.Hall2@usdoj.gov Performance Period: � � � � � �Base Year � 03/01/2023 � 02/29/2024 � � � � � �Option Year One � 03/01/2024 � 02/28/2025 � � � � � �Option Year Two �03/01/2025 � 02/28/2026 � � � � � �Option Year Three � 03/01/2026 � 02/28/2027 � � � � � �Option Year Four � 03/01/2027 � 02/29/2028 14. Award will be made using the Trade-off. The resulting Firm Fixed Price contract will consist of one year base with four one-year option period and the option to extend services for up to an additional 6 months via FAR 52.217-8. Failure to comply with all instructions contained within this Combined Synopsis/Solicitation could result in the proposal being ineligible for award. It is the offerors responsibility to ensure their proposal meets all the requirements identified herein. See evaluation procedure under FAR Clause 52.212-2 and addendum outlined in this notice. 15. Funds are not presently available for this effort. No award will be made under this solicitation until funds are available. The Government reserves the right to cancel this solicitation, either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any proposal costs. 16. Technical Capability, Past Procurement and Price shall be submitted as separate documents. 17. Acknowledgment of Solicitation Amendments.�(Note: Contractor's failure to acknowledge an amendment may result their offer to be rejected). 18. Single award will be issues for this procurement. 19. Oral quotes will not be accepted. Collect calls will not be accepted. Hand delivered quotes will not be accepted. Emailed quotes must be received at the stated addressee�s email inbox on time and the addressee must be able to open the email and all attachments. No other email receipt will be acceptable. 20. The Government does not accept responsibility for non-receipts of quotes. It is the contractor�s responsibility to request and receive confirmation of quote receipt. All questions regarding this RFP must be submitted via email. 21. If separate / multiple facilities are to be used for indoor and outdoor storage, the indoor and outdoor storage facilities shall be located within 40 miles of one another.� 22. Contractors Terms and Conditions are not applicable for this effort. 23. Solicitation and attachments included to this notice.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/3b3945e0246c4ff2be5cedfb01077661/view)
 
Place of Performance
Address: FL, USA
Country: USA
 
Record
SN06567873-F 20230121/230119230107 (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.