Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 05, 2024 SAM #8409
SOURCES SOUGHT

J -- Corrosion Prevention and Control

Notice Date
12/3/2024 5:17:35 AM
 
Notice Type
Sources Sought
 
NAICS
811121 — Automotive Body, Paint, and Interior Repair and Maintenance
 
Contracting Office
COMMANDER QUANTICO VA 22134-6050 USA
 
ZIP Code
22134-6050
 
Solicitation Number
M67854-25-I-5103
 
Response Due
1/10/2025 8:00:00 AM
 
Archive Date
09/30/2025
 
Point of Contact
Kimberly A. Stone, Deshawn Gaines
 
E-Mail Address
kimberly.a.stone@usmc.mil, deshawn.gaines@usmc.mil
(kimberly.a.stone@usmc.mil, deshawn.gaines@usmc.mil)
 
Description
1.0 Description. The Marine Corps Systems Command (MCSC) Product Manager, Supply and Maintenance Support Systems (MSS) program office is seeking potential sources to provide corrosion repair services through a firm fixed price contract for equipment located at Okinawa, Japan. This Contract would provide corrosion repair services for Marine Corps, Army, Navy, Navy Aviation ground support and ground support equipment. The purpose of this RFI is to identify sources capable of providing these services as described in the following paragraphs. 2.0 Minimum Requirements. The Contractor shall provide all labor, training, management, supervision, tools, equipment, materials, and supplies (except those items specifically noted as government-furnished, Enclosure (1)) necessary to perform corrosion repair and restoration of Government owned vehicles, equipment, and components. Corrosion repair services include, but are not limited to: Inspection Disassembly Cleaning Body Repair Surface Preparation Coating Application Registration Marking Reassembly 3.0 Production Requirements. All production will be performed at the Government�s site Corrosion Repair Facility (CRF), building 616, Camp Kinser, Okinawa, Japan. 3.1 The Contractor shall be capable of repairing and restoring a monthly production objective of ~70 Principal End Items (PEI) with a minimum production requirement of between 55-63 PEIs consisting of various sizes and Corrosion Category Code (CCC) Condition. 3.2 Production Breakdown by Organization. Multiple Government organizations will participate in this contract; production shall be completed and invoiced as follows: - U.S. Marine Corps Equipment. ~50 PEI per month / 600 per year. - U.S. Army Pacific (USARPAC) Equipment. ~6 PEI per month / 72 per year. - U.S. Navy Naval Construction Regiment (NCR) 30. ~4 per month / 48 per year. - U.S. Navy Aviation Intermediate Maintenance Detachment (AIMD). ~ 2 per month / 24 per year - Other Military Services operating similar equipment outlined as identified above. 3.3 Repair Cycle Time (RCT). RCT on the day the Government makes a PEI available to the Contractor for work. The Contractor shall be capable of completing all required tasks in thirty days or less from the equipment induction date. 4.0 Quality Assurance. The Contractor shall perform quality control continuously throughout the corrosion repair process, and develop and maintain a quality control program to ensure services are performed in accordance with the Government�s requirements and accepted practices. The Government will complete Quality Assurance (QA) inspections after each stage of repair. 5.0 Technical References. All service of equipment shall comply with the following technical references for the respective Service�s equipment: 5.1 U.S. Marine Corps Technical Manual (TM) 4750-15/1_, Painting, Coating, Underbody and Registration Marking for Marine Corps Combat and Tactical Equipment and TM 4795-12/1, Operator and Organizational Maintenance Manual Corrosion Prevention and Control Procedures for USMC Ground Combat Equipment. 5.2 U.S. Army Technical Publications. TM 43-0139, Chemical Agent Resistant Coating (CARC) Application and Quality Assurance on Army Ground Equipment and TM 43-0242, Chemical Agent Resistant Coating Spot Painting for Army Ground Equipment. 5.3 U.S. Navy Technical Publications for Ground Equipment. 5.4 U.S. Navy Technical Publications. NAVAIR 17-1-125, Maintenance Instructions Organizational and Intermediate Level, Support Equipment Cleaning Preservation and Corrosion Control. 5.5 Original Equipment Manufacturer (OEM) specifications, and or other technical guidance provided by the government. 6.0 Responses 6.1. Interested parties are requested to respond to this RFI with a white paper. 6.2. White papers in Microsoft Word or Office compatible format are due no later than 10 January 2025, 11:00 a.m. EST. Responses are limited to 5 pages and shall be submitted via email only to the Contract Specialist, kimberly.a.stone@usmc.mil and deshawn.gaines@usmc.mil. Proprietary information, if any, should be minimized and MUST BE CLEARLY MARKED. To aid the Government, please segregate proprietary information. Please be advised that all submissions become Government property and will not be returned. Only Government employees will review the responses. 6.3. Section 1 of the white paper is not included in the page limitation and shall provide the following administrative information at a minimum: 6.3.1. Name, mailing address, overnight delivery address (if different from mailing address), phone number, and email of designated point of contact, and Sam.gov Unique Entity Identification Number. 6.3.2. The offeror�s business type (large business, small business, small, disadvantaged business, 8(a)-certified small, disadvantaged business, HUBZone small business, woman-owned small business, very small business, veteran-owned small business, service-disabled veteran-owned small business), based upon the North American Industry Classification System (NAICS) code. Please refer to Federal Acquisition Regulation (FAR) Part 19 for additional detailed information on Small Business Size Standards. The FAR is available at https://www.acquisition.gov/. 6.4 NAICS code for this effort is 811121, Automotive Body, Paint, and Interior Repair and Maintenance. 6.5 Product Service Code (PSC) for this effort is J023, Maint/repair/rebuild Of Equipment-Ground Effect Vehicles, Motor Vehicles, Trailers, and Cycles. 6.6 Section 2 of the white paper shall answer, at a minimum, the offeror�s ability to provide the services identified within Paragraphs 2-4 of this RFI. 7.0 Industry Discussions. MCSC representatives may or may not choose to meet with potential offerors. Such discussions would only be intended to get further clarification of potential capability to meet the requirements, especially any development and certification risks. 8.0 Questions regarding this announcement shall be submitted in writing via email to the Contract Specialist, kimberly.a.stone@usmc.mil and deshawn.gaines@usmc.mil no later than 2:00 pm EST, 13 December 2024. Verbal questions will NOT be accepted. Questions shall NOT contain proprietary or classified information. The Government does not guarantee that questions received after 13 December 2024 will be answered. 9.0 Summary. THIS IS A REQUEST FOR INFORMATION (RFI) ONLY to identify sources that offer hardware services meeting the requirements listed in the paragraphs above.1.0. This RFI is issued solely for information and planning purposes � it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. The information provided in the RFI is subject to change and is not binding on the Government. The Marine Corps has not made a commitment to procure any of the items and or services discussed, and release of this RFI should not be construed as such a commitment or as authorization to incur cost for which reimbursement would be required or sought. Further, the Marine Corps is not at this time seeking proposals and will not accept unsolicited proposals. All submissions become Government property and will not be returned. Responders are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this RFI; all costs associated with responding to this RFI will be solely at the interested party�s expense. Not responding to this RFI does not preclude participation in any future RFP, if any is issued. If a solicitation is released, it will be released on Sam.gov the GSA website. It is the responsibility of the potential offerors to monitor this site for additional information pertaining to this requirement.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/ccd86c7fb40c426faa2ddc72414cedba/view)
 
Place of Performance
Address: Camp Kinser, JP-47, JPN
Country: JPN
 
Record
SN07280490-F 20241205/241203230218 (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.