Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 13, 2022 SAM #7561
MODIFICATION

J -- ATV Maintenance and repairs

Notice Date
8/11/2022 12:06:46 PM
 
Notice Type
Solicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
COMMANDING OFFICER TWENTYNINE PALMS CA 92278-8108 USA
 
ZIP Code
92278-8108
 
Solicitation Number
M6739922Q0024
 
Response Due
9/1/2022 12:00:00 PM
 
Archive Date
09/16/2022
 
Point of Contact
Tasha Arestizabal, Phone: 7608305116
 
E-Mail Address
tasha.arestizabal@usmc.mil
(tasha.arestizabal@usmc.mil)
 
Small Business Set-Aside
8A 8(a) Set-Aside (FAR 19.8)
 
Description
Provost Marshals Office (PMO), Range Training and Maintenance Section (RTAMS), G-6 Communications and Data Systems, Tactical Training Exercise Control Group (TTECG) requires maintenance and repair services and parts for of ATVs, motorcycles, golf carts and all small engines that are owned by the Government. Marine Air Ground Task Force Training Command (MAGTFTC)/ Marine Corps Air Ground Combat Center (MCAGCC) employs All-Terrain Vehicles (ATVs) motorcycles, golf carts and all small engines of various manufacturers to survey training, provide security and to maintain ranges.� MAGTFTC/MCAGCC requires a Period of Performance (POP) from 30 September 2022 through 01 April 2028, which includes a base year period and four (1) year option periods with an optional 6-month extension of services in accordance with Federal Acquisition Regulation (FAR) 52.217-8. The North American Industrial Classification System (NAICS) Code 811310 Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance will be used and the U.S. Small Business Administration Size Standard for this NAICS Code is $11 Million.� The Product Service Code (PSC) J023, Maintenance/Repair/Rebuild of Equipment-Ground Effect Vehicles, Motor Vehicles, Trailers and Cycles, will be used for this requirement.� 52.212-1� INSTRUCTIONS TO OFFERORS�COMMERCIAL ITEMS�ADDENDUM���������������� Offers shall be complete, and be organized into the following parts: Volume I � Technical Quote, Volume II � Price Quote, and Volume III- Past Performance.� Offers shall include a Cover Sheet and, if applicable, Teaming Arrangement/Joint Venture Documentation. At a minimum, offers must include the following to be eligible for award: 1. Cover Sheet with the following information: 1.1 Time specified in the solicitation for receipt of offers: Thursday, Sept 01, 2022 at 12:00PM (PT). 1.2 Company name; 1.3 Company address and remit to address if different than mailing address; 1.4 Company telephone number; 1.5 Company e-mail address; 1.6 Company point of contact(s); 1.7 SAM registration expiration date; 1.8 CAGE code; 1.9 DUNS number; 1.10 Registration confirmation for NAICS code 811310; 1.11 Acknowledge Solicitation Amendments, if applicable; 2. Volume I: Technical Quotes shall include the following: (1) Technical Approach. Submit your technical quote with the following information: 3.1 Part 1: Technical Approach 3.1.1 Include a narrative on how offeror plans to meet the performance objectives required in the Performance Work Statement. 3. Volume II: Price quote and any discount terms with the following information: 3.1 Submit the Standard Form (SF) 1449, with blocks 12, 17a and b, and 30a through c completed with an original, authorized signature and the Contract Clauses section filled-in. 3.2 Offerors shall submit pricing on the CLINS/Schedule of the SF1449 solicitation. 3.3 Submit a copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(b)(2) for those representations and certifications that the offeror shall complete electronically). 3.4 If applicable, submit all pages of each solicitation amendment(s) (SF 30) with the original solicitation documents, signed by the same official authorized to sign the SF 1449. 3.5 Pricing shall be included by annotating the unit price under each CLIN respectively. The Offeror must complete the unit price and total price for each CLIN of the solicitation SF1449, and provide a summation of the TOTAL contract price (aggregate total of Contract Line Item Numbers). Quoted unit pricing shall be stated in no more than 2 decimal places. Any price quote containing unit pricing exceeding two (2) decimal places will be deemed an incomplete submission. 4. Volume III:� Past Performance Quote with the following information: 4.1� Submit a list of no more than three (3) recent and relevant contracts, performed for Federal agencies or commercial customers, as a prime Contractor, that demonstrates the ability to successfully perform the scope and breadth of the requirements as described in the PWS for this solicitation.� Any past performance references in excess of the first three submitted will not be evaluated. 4.1.1� RECENT.� The definition of recent as related to this solicitation includes performance within the last three years from the issue date of this solicitation; 4.1.2� RELEVANCE.� Offerors shall identify what elements of each contract are deemed relevant to this solicitation.� Definition of relevancy is as follows: 4.1.2.1� RELEVANT.� Present/past performance effort involved in providing the same or similar services identified in the PWS; and 4.1.2.2� NOT RELEVANT.� Present/past performance effort involved little or none of the scope and magnitude of effort and complexities this solicitation requires. 4.2� Submit the following information for each contract submitted for past performance evaluation: 4.2.1� Company/Division name; 4.2.2� Product/Service; 4.2.3� Contracting Agency/Customer; 4.2.4� Contract Number; 4.2.5� Contract Dollar Value; 4.2.6� Period of Performance; 4.2.7� Verified, up-to-date name, address, e-mail address, telephone number of the Government evaluator, contracting officer or customer POC responsible for procuring your services; 4.2.8� Comments regarding compliance with contract terms and conditions; and 4.2.9� Comments regarding any known performance deemed unacceptable by the customer or not in accordance with the contract terms and conditions, the resolution(s) implemented and results. 4. Offerors are required to meet all solicitation requirements, including terms and conditions, representations and certifications, and technical requirements, in addition to those identified as evaluation factors.� Failure to meet a requirement of the solicitation will result in a quote being excluded from consideration. However, offerors may provide an alternate means of performance provided that they clearly identify any exception to the solicitation terms and conditions and provide complete accompanying rationale. 5. Documents submitted in response to this solicitation must be fully responsive to and consistent with: (1) requirements of this solicitation; (2) Government standards and regulations; and (3) evaluation factors for award. 6. All quotes must be submitted in 12 point Times New Roman font, single spaced, and single sided with 1-inch margins. 7. Each submitted quote shall not exceed twenty (20) pages in addition to the required signed copy of the SF1449 and all applicable SF30 amendments. Any pages in excess of the 20 page limit will be disregarded and not considered during evaluation. In addition to the signed SF1449 and all applicable SF30 amendments, the following items shall not count against the total quote page count: one (1) page cover sheet, one (1) page cover letter, and one (1) page for a table of contents.� All of the time and date references for receipt of offers in this addendum shall be superseded by any subsequent solicitation amendments that extend the time and date for receipt of offers. All quotes are to be submitted electronically to tasha.arestizabal@usmc.mil or may be hand carried to: Tasha Arestizabal MAGTFTC/MCAGCC Regional Contracting Office Building 1102, Door 21 Twentynine Palms, CA 92278 Due to data processing procedures within the DoD Network, please submit all electronic attachments in PDF Format only. FAXED QUOTES WILL NOT BE ACCEPTED For quotes delivered by hand, offerors are advised that entry to the installation is restricted, and offerors are directed to familiarize themselves with the entry control location and process. Entry processing time is unpredictable and can be lengthy. The addressee indicated above may be able to facilitate entry processing, but is not required to do so, and inability to gain access shall not excuse late delivery. If quotes are submitted in different formats requiring different delivery methods, the quote of record shall be the last complete version received prior to the deadline. For email quotes, the Government office designated for receipt of the quote is the email inbox of the addressee indicated above. Notwithstanding the provisions at FAR 52.212-1(f) or FAR 52.215-1(c)(3), delivery is not accomplished until the addressee can open the email; delivery to a server or an email inbox on a server is not considered delivery to the designated Government office and the quotation is not under the Government�s control until the addressee can open the email. The email shall not be considered to be delivered unless the entire content of the email and all attachments can be read by the addressee indicated above. Receipt of an electronic acknowledgment from the addressee establishes that a record was received but does not establish that the content sent corresponds to the content received. Email attachments are limited to no more than 25MB. Offerors are specifically warned that email may be subjected to spam filters or attachment stripping. All transmissions must clearly state the solicitation number and the name of the contracting officer on the first page to ensure proper receipt. Attention is directed to FAR 52.212-1(f), concerning late submissions. Offerors are responsible for allowing adequate time for transmission to be completed. The offeror bears the risk of non-receipt of transmissions, and should ensure that all pages of the quote (and any authorized modifications) have been received by the designated office before the deadline indicated. Pages of a transmission that arrive after the deadline will not be considered. By submission of its offer in accordance with the instructions provided in this clause, FAR 52.212-1, Instructions To Offerors, the offeror agrees to the terms of this solicitation.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/1bbf1394907948e09e83abeb1fed327d/view)
 
Place of Performance
Address: Twentynine Palms, CA 92278, USA
Zip Code: 92278
Country: USA
 
Record
SN06422627-F 20220813/220811230117 (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.