Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 13, 2018 FBO #5985
SOURCES SOUGHT

V -- Motor Vehicle Operator Support Services - DRAFT PWS

Notice Date
4/11/2018
 
Notice Type
Sources Sought
 
NAICS
541614 — Process, Physical Distribution, and Logistics Consulting Services
 
Contracting Office
Department of the Navy, United States Marine Corps, MCB Camp Pendleton - RCO, PO Box 1609, Oceanside, California, 92051-1609, United States
 
ZIP Code
92051-1609
 
Solicitation Number
USMC_SWRFT_RFI
 
Point of Contact
Diana Lynch-Maldonado, Phone: 7607253313, Drena J. McIntosh, Phone: 7577258447
 
E-Mail Address
Diana.Lynch-Maldona@usmc.mil, drena.mcintosh@usmc.mil
(Diana.Lynch-Maldona@usmc.mil, drena.mcintosh@usmc.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
DRAFT Performance Work Statement The US Marine Corps Regional Contracting Office Marine Corps Installations West (MCIWEST), Camp Pendleton, CA is requesting information as detailed below. Request for Information (RFI) This acquisition shall provide additional support for vehicle operators, with Class A, Class B, and Class C driver licenses. This is a supplemented support contract which supports and supplements existing government motor vehicle operators as needed on an on-call basis. The daily average number of motor vehicle support operators are approximately 100 operators inclusive of all locations depending on the as-needed requirement. The Regional Contracting Office MCIWEST is conducting market research to identify vendors capable of providing temporary drivers for the following 7 locations: Camp Pendleton, CA MCMWTC Bridgeport MCAGCC 29 Palms MCRD San Diego MCLB Barstow, CA Marine Corps Air Station (MCAS) Miramar, CA Marine Corps Air Station (MCAS) Yuma Arizona. Potential offerors are invited to provide feedback via e-mail to Diana.Lynch-Maldona@usmc.mil. Responses will be used to determine the appropriate acquisition strategy for a potential future acquisition. The North American Industry Classification Standard (NAICS) code for this project is 541614, Process, Physical Distribution, and Logistics Consulting services with a size standard of $15M. NAICS code compliance verification will occur if/when proposals are submitted. Proposals are not to be submitted at this time. This is a Request for Information, NOT A REQUEST FOR PROPOSAL/BID/QUOTE. Scope of Work: See attached DRAFT Performance Work Statement (PWS). Responses to Request for Information: Contractors are reminded that this is a REQUEST FOR INFORMATION and is NOT a request for proposal/bid/quote. Responses to this notice shall not constitute responses to solicitation. As stipulated in FAR 15.201, responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. This Request for Information is not to be construed as a commitment by the Government, nor will the Government pay for the information submitted in response. Respondents will not be notified of the results of any government assessments. •11. The vendor shall state up front whether there are considered a small or large business under the above identified NAICS. 2. It is requested that interested businesses submit to the contracting office a brief capabilities statement, limited to no more than 10 pages in length. The capabilities statement must clearly detail the firm's ability to perform all aspects of this notice and must include the following Company profile: •a. Number of employees, •b. Office locations, •c. Data Universal Numbering System (DUNS) number, •d. Commercial and Government Entity (CAGE) code; •e. A statement regarding the socioeconomic status of the company (Section 8(a) of the Small Business Act (8a) small business concern, certified Historically Underutilized Business Zone (HUBZone), Service-Disabled Veteran-Owned Small Business (SDVOSB) concern, etc.). 3. Indicate whether your company has an active General Services Administration (GSA) contract that covers/provides GSA pricing for these services outlined in the attached PWS. If the answer is yes, include a copy of the GSA contract along with your response to this RFI. 4. Relevant Experience to include: experience in performing efforts of similar size and scope within the last three years. Please include a brief description of the project, contract number, contract value, and an agency point of contact to include current telephone number. Only the first ten pages of any submittal will be reviewed. Do not submit more than five pages. The information received will be utilized to assist in formulating the acquisition. All responses will be treated as proprietary. THE DEADLINE FOR RECEIPT OF SUBMISSIONS IS 18 April 2017, 10:00AM (PST). All submissions must be sent via electronic mail to: diana.lynch-maldona@usmc.mil Primary Point of Contact: Diana Lynch-Maldonado, Contract Specialist Regional Contracting Office MCI-WEST Camp Pendleton, CA Phone: 760-725-3313 Email: diana.lynch-maldona@usmc.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M00681/USMC_SWRFT_RFI/listing.html)
 
Place of Performance
Address: TBD, United States
 
Record
SN04885159-W 20180413/180411230619-69132f3e5e61a36fd9b4b43f77176366 (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.