Search Contract Opportunities

Logistics Integration Support   4

ID: M67004-20-R-0007 • Type: Special Notice
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Do the documents mention an incumbent contractor?
Does this contract have any security clearance requirements?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

Posted: Sept. 10, 2020, 10:10 p.m. EDT

Marine Corps Logistic Command (MCLC) Albany, GA Contracts Department (S1930) intends to solicit an unrestricted, full and open/requirement and contract as a Firm Fixed Price Indefinite Delivery Indefinite Quantity (ID/IQ) type contract. The requirement is to successfully operate and manage the Logistics Integration Support (LIS) program. The scope of this contract covers the Remanufacture, Overhaul, and Repair (ROR) and/or tear-down and evaluation (TD&E) of Marine Corps Ground Equipment Secondary Repairable (SECREP) items turned in at designated Government locations (CONUS and OCONUS). A single source service integrator will operate and manage the entire SECREP repair process at fixed unit prices for approximately 2000 National Stock Numbers (NSNs), with consistent contractual turn-around times (TATs) and at Original Equipment Manufacturer (OEM) specifications.

This is a non-personal services contract to acquire the services of an Integrator who will develop and manage a vendor base to perform remanufacture, overhaul or repair (ROR) for Marine Corps Ground Equipment Secondary Reparable (SECREP) Items. Any resultant contract is anticipated to be for a total period of performance of 5 years.

The North American Industry Classification System (NAICS) 541614 Process, Physical Distribution, and Logistics Consulting Services, Small Business Administration table of small business size standard is $15.0 million. Interested firms must demonstrate in their proposal that they are qualified to perform these service under this NAICS code in accordance with the Performance Work Statement.

The solicitation number is assigned for administrative purposes only as preparation of proposal is anticipated. NO TECHNICAL DATA IS AVAILABLE. This synopsis neither constitutes a Request for Proposal (RFP), nor does it restrict the Government to a particular acquisition approach. This synopsis should not be construed as commitment by the Government for any purpose.

The Government will consider all responses from capable interested offerors received within 15 calendar days after date of publication of this synopsis. Any response to this synopsis must be supported by information to enable the Government to evaluate a respondent's capability. Any information submitted by respondents to this synopsis is strictly voluntary. The Government will not pay for any information that is submitted by respondents to this notice of proposed contract action. All documentation shall become the property of the Government. Offers shall email their proposals to Kimberly Dandridge at kimberly.dandridge@usmc.mil and Felecity Burns at felecity.burns@usmc.mil.

The Final RFP is anticipated to be released within the next 10 calendar days. Offerors/Interested Parties shall submit final questions pertaining to the 3rd Draft RFP and the Final RFP no later than 7 calendar days following the Final RFP release to kimberly.dandridge@usmc.mil and felecity.burns@usmc.mil. The deadline for Offeror proposal submission is 3 November 2020 @ 2:00pm EST.

3rd dRFP is attached along with attachments and responses to 2nd dRFP.

Attachments 3 & 4 will be povided via DoD Safe. You have 7 days to retrieve the drop-off; after that the link above will expire. If it expires please contact the Felecity Burns for the documents. There are no attachments for 5, 7, 8, and 9.

ALL SOURCES MUST BE REGISTERED IN THE SYSTEM FOR AWARD MANAGEMENT (SAM) DATABASE. Information on registration may be obtained via the Internet at https://www.betasam.gov. The United States Marine Corps utilizes Procurement Integrated Enterprise Environment (PIEE) (formerly Wide Area Work Flow) as its ONLY authorized method to electronically process vendor requests for payment. If your business is not currently registered to use PIEE, please visit the PIEE website at https://piee.eb.mil/.

Posted: Sept. 10, 2020, 2:54 p.m. EDT
Posted: Aug. 14, 2020, 7:06 p.m. EDT
Posted: Aug. 3, 2020, 7:44 p.m. EDT
Posted: July 29, 2020, 4:42 p.m. EDT
Posted: July 15, 2020, 10:18 a.m. EDT
Background
The Marine Corps Logistic Command (MCLC) Albany, GA Contracts Department intends to solicit an unrestricted, full and open requirement for a Firm Fixed Price Indefinite Delivery Indefinite Quantity (ID/IQ) contract. The goal of this contract is to operate and manage the Logistics Integration Support (LIS) program, specifically focusing on the Remanufacture, Overhaul, and Repair (ROR) of Marine Corps Ground Equipment Secondary Repairable (SECREP) items at designated Government locations both within the continental United States (CONUS) and outside (OCONUS).

The contractor will serve as a single source service integrator responsible for managing the entire SECREP repair process according to Original Equipment Manufacturer (OEM) specifications.

Work Details
The contractor will be required to perform logistics consulting services as the single Integrator managing and operating the remanufacture, overhaul, or repair (ROR) and tear down & evaluate (TD&E) repair process for Logistics Integrated Support (LIS) Secondary Repairable (SECREP) customers. Specific tasks include:
1. Developing and managing a vendor base for ROR services.
2. Ensuring compliance with contractual turnaround times (TATs).
3. Adhering to OEM specifications for repairs.
4. Conducting contract transition phase-in activities as outlined in the Performance Work Statement (PWS).
5. Managing multiple shipments and payments authorized for all Contract Line Item Numbers (CLINs).
6. Providing quality control and assurance throughout the repair process.

Period of Performance
The anticipated total period of performance for this contract is 5 years, with a transition phase-in period from May 10, 2021, to May 31, 2021.

Place of Performance
The work will be performed at six designated locations: Camp Pendleton, California; Camp Lejeune, North Carolina; Okinawa; Albany, Georgia; Barstow, California; and KMCAS, Kaneohe, Hawaii.

Overview

Response Deadline
Nov. 3, 2020, 2:00 p.m. EST (original: July 30, 2020, 12:00 a.m. EDT) Past Due
Posted
July 15, 2020, 10:18 a.m. EDT (updated: Sept. 10, 2020, 10:10 p.m. EDT)
Set Aside
None
Place of Performance
Not Provided
Source
SAM

Current SBA Size Standard
$20 Million
Pricing
Fixed Price
Vehicle Type
Indefinite Delivery Contract
On 7/15/20 Marine Corps issued Special Notice M67004-20-R-0007 for Logistics Integration Support due 11/3/20.
Primary Contact
Name
Felecity N. Burns   Profile
Phone
(229) 639-6783
Fax
None

Secondary Contact

Name
Kim Dandridge   Profile
Phone
(229) 639-6753
Fax
2296396793

Documents

Posted documents for Special Notice M67004-20-R-0007

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

Opportunity Lifecycle

Procurement notices related to Special Notice M67004-20-R-0007

IDV Awards

Indefinite delivery vehicles awarded through Special Notice M67004-20-R-0007

Contract Awards

Prime contracts awarded through Special Notice M67004-20-R-0007

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Special Notice M67004-20-R-0007

Similar Active Opportunities

Open contract opportunities similar to Special Notice M67004-20-R-0007

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE NAVY > USMC > MARCORP I&L > COMMANDER
FPDS Organization Code
1700-M67004
Source Organization Code
100258742
Last Updated
Sept. 3, 2021
Last Updated By
PI33_DR_IAE_51681
Archive Date
Sept. 3, 2021