SOLICITATION NOTICE
J -- Fleet Repair and Maintenance Services
- Notice Date
- 1/26/2022 10:35:42 AM
- Notice Type
- Presolicitation
- NAICS
- 811310
— Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- Contracting Office
- COMMANDING GENERAL CAMP PENDLETON CA 92055-5001 USA
- ZIP Code
- 92055-5001
- Solicitation Number
- M93328-22-SU-LM122
- Archive Date
- 05/31/2022
- Point of Contact
- Lindsey Ewing, Diana Lynch-Maldonado
- E-Mail Address
-
lindsey.wilcox@usmc.mil, diana.lynch-maldona@usmc.mil
(lindsey.wilcox@usmc.mil, diana.lynch-maldona@usmc.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- The Regional Contracting Office - Marine Corps Installations West, Marine Corps Base, Camp Pendleton�(RCO MCIWEST - MCB CAMPEN)�has a requirement to obtain�Off-Road Fleet Repair and Maintenance�Services.�This requirement is for reoccurring repair and maintenance services on various types of off-road commercial equipment, mobile equipment and construction type equipment (list of equipment will be attached to solicitation if/when posted). Southwest Region Fleet Transportation (SWRFT) is responsible for the management, readiness, and operational support of equipment powered with gasoline/natural gas/diesel/electric/other fuel type engines, engine accessories, power transmission systems, and other parts of material handling equipment, construction equipment and similar off-road equipment. This effort supports seven (7) sites throughout California and Arizona.�Place of performance shall take place on-site at the following Government installations:� Marine Corps Base, Camp Pendleton, CA Marine Corps Air Station, Miramar, San Diego, CA Marine Corps Air Ground Combat Center, Twentynine Palms, CA Marine Corps Logistics Base, Barstow, CA Marine Corps Recruit Depot, San Diego, CA Marine Corps Mountain Warfare Training Center, Bridgeport, CA Marine Corps Air Station, Yuma, AZ The period of performance will be for one (1) 12-month base period plus four (4) 12-month option periods for a total of five (5) years.�The estimated performance start date is on or around 1 July 2022. The Government intends to solicit and award a single contract using FAR Part 12,Commercial Items, in conjunction with FAR Part 13.5, Simplified Procedures for Certain Commercial Items. The Government intends to award a contract to the Contractor who presents the lowest price technically acceptable (LPTA) proposal to the Government. The anticipated procurement will be�an�Indefinite Delivery�Indefinite Quantity (IDIQ)�contract,�utilizing task orders with�Firm Fixed-Price (FFP)�contract�line item�numbers (CLINs).� This is a pre-solicitation notice that a solicitation�for this requirement�is scheduled to be released via https://sam.gov/ on or around?27 January 2022.� This is not a request for proposals, information or responses. This announcement is a pre-solicitation notice only and is not to be construed as a commitment by the Government, implied or otherwise, to issue a solicitation or award a contract.� The solicitation is anticipated to be a total small business set-aside�under�North American Industry Classification System (NAICS) Code�811310�(Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance), with�a small business size standard of�$8.0M.� The Product Service Code (PSC) is J035 (Maintenance, Repair and Rebuilding of Equipment: Service and Trade Equipment). In order for Contractors to conduct business with the Department of Defense, the Contractor must be registered in the System for Award Management (SAM) database. Information on registering in SAM may be obtained by calling (866) 606-8220 or via the internet at�https://sam.gov/. The solicitation will be available for download via the electronic means at https://sam.gov/.�It is the responsibility of the Contractor to continually view the website for the solicitation and any amendments. No CD�s or hard copies will be available. Contractors are responsible for checking https://sam.gov/ for any update(s) to the notice. The Government is not responsible for any loss of Internet connectivity or for a Contractor�s inability to access the document posted at the referenced website.� Primary Points�of Contact:�� Lindsey Ewing�(Contracting Officer);�lindsey.wilcox@usmc.mil Diana Lynch-Maldonado (Supervisory Contracting Officer);�diana.lynch-maldona@usmc.mil
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/20d8305f9ee04e8887430a99b9b8069e/view)
- Place of Performance
- Address: Camp Pendleton, CA 92055, USA
- Zip Code: 92055
- Country: USA
- Zip Code: 92055
- Record
- SN06225077-F 20220128/220126230104 (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 |