Search Contract Opportunities

Side Connector Overhaul and Regeneration (SCOR) III   3

ID: M6700424R0006 • Type: Synopsis Solicitation

Description

Posted: Aug. 16, 2024, 10:04 a.m. EDT

This Amendment adds the combined synopsis/solicitation as a pdf. There are no other changes to this notice.

Posted: Aug. 13, 2024, 8:26 a.m. EDT

This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are requested, and a written solicitation will not be issued.

The solicitation number is M6700424R0006 and is issued as a Request For Proposals (RFP).

The incorporated provisions and clauses contained in this announcement are those in effect through Federal Acquisition Circular 2024-04 effective 05/05/2024.

This is a 100% Woman Owned Small Business Set-aside using NAICS 811310 (Commercial and Industrial Machinery and Equipment (except Automotive and Electronic Repair and Maintenance), with a size standard of $12.5M.

The following Contract Line Items will be used for this contract and ALL SCS Over and Above pricing will be provided at time of contract award based upon budget constraints. All Offerors are to price all SCS inspection/testing CLINs and include in Volume III Cost/Price along with the instructions contained in FAR 52.212-1 Instructions to Offerors Commercial Products and Services with the Section L addendum.

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT

0001 SCS Inspection/Testing 1 SET _____________ _____________

FIRM FIXED PRICE

Contractor shall provide all personnel, materials, and facilities for Side Connector Set Inspection and Testing in accordance with the Performance Work Statement (PWS), the attached Commercial Interim payment schedule, and the terms and conditions of this contract. CONTRACTOR AUTHORIZED TO SUBMIT MULTIPLE INVOICES.

NET AMT ___________________

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT

0002 SCS Over and Above 1 JOB _____________ _____________

FIRM FIXED PRICE

Contractor shall provide all personnel, materials, and facilities for SCS corrective maintenance in accordance with the Performance Work Statement (PWS), and the terms and conditions of this contract. "Over and Above" work shall be performed In Accordance with PWS paragraph 3.9 (IAW) DFARS 252.217-7028. ALL OVER AND ABOVE WORK SHALL BE APPROVED BY THE CONTRACTING OFFICER PRIOR TO INCURRING COSTS. CONTRACTOR AUTHORIZED TO SUBMIT MULTIPLE INVOICES.

NET AMT ___________________

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT

1001 SCS Inspection/Testing 1 SET _____________ _____________

FIRM FIXED PRICE

Contractor shall provide all personnel, materials, and facilities for Side Connector Set Inspection and Testing in accordance with the Performance Work Statement (PWS), the attached Commercial Interim payment schedule, and the terms and conditions of this contract. CONTRACTOR AUTHORIZED TO SUBMIT MULTIPLE INVOICES.

NET AMT ___________________

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT

1002 SCS Over and Above 1 JOB _____________ _____________

FIRM FIXED PRICE

Contractor shall provide all personnel, materials, and facilities for SCS corrective maintenance in accordance with the Performance Work Statement (PWS), and the terms and conditions of this contract. "Over and Above" work shall be performed In Accordance with PWS paragraph 3.9 (IAW) DFARS 252.217-7028. ALL OVER AND ABOVE WORK SHALL BE APPROVED BY THE CONTRACTING OFFICER PRIOR TO INCURRING COSTS. CONTRACTOR AUTHORIZED TO SUBMIT MULTIPLE INVOICES.

NET AMT ___________________

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT

2001 SCS Inspection/Testing 1 SET _____________ _____________

FIRM FIXED PRICE

Contractor shall provide all personnel, materials, and facilities for Side Connector Set Inspection and Testing in accordance with the Performance Work Statement (PWS), the attached Commercial Interim payment schedule, and the terms and conditions of this contract. CONTRACTOR AUTHORIZED TO SUBMIT MULTIPLE INVOICES.

NET AMT ___________________

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT

2002 SCS Over and Above 1 JOB _____________ _____________

FIRM FIXED PRICE

Contractor shall provide all personnel, materials, and facilities for SCS corrective maintenance in accordance with the Performance Work Statement (PWS), and the terms and conditions of this contract. "Over and Above" work shall be performed In Accordance with PWS paragraph 3.9 (IAW) DFARS 252.217-7028. ALL OVER AND ABOVE WORK SHALL BE APPROVED BY THE CONTRACTING OFFICER PRIOR TO INCURRING COSTS. CONTRACTOR AUTHORIZED TO SUBMIT MULTIPLE INVOICES.

NET AMT ___________________

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT

3001 SCS Inspection/Testing 1 SET _____________ _____________

FIRM FIXED PRICE

Contractor shall provide all personnel, materials, and facilities for Side Connector Set Inspection and Testing in accordance with the Performance Work Statement (PWS), the attached Commercial Interim payment schedule, and the terms and conditions of this contract. CONTRACTOR AUTHORIZED TO SUBMIT MULTIPLE INVOICES.

NET AMT ___________________

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT

3002 SCS Over and Above 1 JOB _____________ _____________

FIRM FIXED PRICE

Contractor shall provide all personnel, materials, and facilities for SCS corrective maintenance in accordance with the Performance Work Statement (PWS), and the terms and conditions of this contract. "Over and Above" work shall be performed In Accordance with PWS paragraph 3.9 (IAW) DFARS 252.217-7028. ALL OVER AND ABOVE WORK SHALL BE APPROVED BY THE CONTRACTING OFFICER PRIOR TO INCURRING COSTS. CONTRACTOR AUTHORIZED TO SUBMIT MULTIPLE INVOICES.

NET AMT ___________________

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT

4001 SCS Inspection/Testing 1 SET _____________ _____________

FIRM FIXED PRICE

Contractor shall provide all personnel, materials, and facilities for Side Connector Set Inspection and Testing in accordance with the Performance Work Statement (PWS), the attached Commercial Interim payment schedule, and the terms and conditions of this contract. CONTRACTOR AUTHORIZED TO SUBMIT MULTIPLE INVOICES.

NET AMT ___________________

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT

4002 SCS Over and Above 1 JOB _____________ _____________

FIRM FIXED PRICE

Contractor shall provide all personnel, materials, and facilities for SCS corrective maintenance in accordance with the Performance Work Statement (PWS), and the terms and conditions of this contract. "Over and Above" work shall be performed In Accordance with PWS paragraph 3.9 (IAW) DFARS 252.217-7028. ALL OVER AND ABOVE WORK SHALL BE APPROVED BY THE CONTRACTING OFFICER PRIOR TO INCURRING COSTS. CONTRACTOR AUTHORIZED TO SUBMIT MULTIPLE INVOICES.

NET AMT ___________________

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT

5001 SCS Inspection/Testing 1 SET _____________ _____________

FIRM FIXED PRICE

Contractor shall provide all personnel, materials, and facilities for Side Connector Set Inspection and Testing in accordance with the Performance Work Statement (PWS), the attached Commercial Interim payment schedule, and the terms and conditions of this contract. CONTRACTOR AUTHORIZED TO SUBMIT MULTIPLE INVOICES.

NET AMT ___________________

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT

5002 SCS Over and Above 1 JOB _____________ _____________

FIRM FIXED PRICE

Contractor shall provide all personnel, materials, and facilities for SCS corrective maintenance in accordance with the Performance Work Statement (PWS), and the terms and conditions of this contract. "Over and Above" work shall be performed In Accordance with PWS paragraph 3.9 (IAW) DFARS 252.217-7028. ALL OVER AND ABOVE WORK SHALL BE APPROVED BY THE CONTRACTING OFFICER PRIOR TO INCURRING COSTS. CONTRACTOR AUTHORIZED TO SUBMIT MULTIPLE INVOICES.

NET AMT ___________________

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT

6001 SCS Inspection/Testing 1 SET _____________ _____________

OPTION

FIRM FIXED PRICE

Contractor shall provide all personnel, materials, and facilities for Side Connector Set Inspection and Testing in accordance with the Performance Work Statement (PWS), the attached Commercial Interim payment schedule, and the terms and conditions of this contract. This CLIN is a six-month optional ordering period for the purpose of issuing a one-year task order. CONTRACTOR AUTHORIZED TO SUBMIT MULTIPLE INVOICES.

NET AMT ___________________

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT

6002 SCS Over and Above 1 JOB _____________ _____________

OPTION

FIRM FIXED PRICE

Contractor shall provide all personnel, materials, and facilities for SCS corrective maintenance in accordance with the Performance Work Statement (PWS), and the terms and conditions of this contract. "Over and Above" work shall be performed In Accordance with PWS paragraph 3.9 (IAW) DFARS 252.217-7028. This CLIN is a six-month optional ordering period for the purpose of issuing a one-year task order. ALL OVER AND ABOVE WORK SHALL BE APPROVED BY THE CONTRACTING OFFICER PRIOR TO INCURRING COSTS. CONTRACTOR AUTHORIZED TO SUBMIT MULTIPLE INVOICES

NET AMT ___________________

All Supplies/services will be inspected/accepted at:

USMC BLOUNT ISLAND COMMAND

NAVY SUPPORT ELEMENT

5880 CHANNEL VIEW BLVD.

JACKSONVILLE FL 32226-3404

FOB DESTINATION

DELIVERY INFORMATION

CLIN DELIVERY DATE SHIP TO ADDRESS

0001 POP 29-SEP-2024 TO 28-SEP-2025 USMC BLOUNT ISLAND COMMAND NAVY SUPPORT ELEMENT

5880 CHANNEL VIEW BLVD. JACKSONVILLE FL 32226-3404

(904)696-5229

FOB: Destination

0002 POP 29-SEP-2024 TO 28-SEP-2025 SAME AS PREVIOUS LOCATION

1001 POP 29-SEP-2024 TO 28-SEP-2025 SAME AS PREVIOUS LOCATION

1002 POP 29-SEP-2024 TO 28-SEP-2025 SAME AS PREVIOUS LOCATION

2001 POP 29-SEP-2024 TO 28-SEP-2025 SAME AS PREVIOUS LOCATION

2002 POP 29-SEP-2024 TO 28-SEP-2025 SAME AS PREVIOUS LOCATION

3001 POP 29-SEP-2024 TO 28-SEP-2025 SAME AS PREVIOUS LOCATION

3002 POP 29-SEP-2024 TO 28-SEP-2025 SAME AS PREVIOUS LOCATION

4001 POP 29-SEP-2024 TO 28-SEP-2025 SAME AS PREVIOUS LOCATION

4002 POP 29-SEP-2024 TO 28-SEP-2025 SAME AS PREVIOUS LOCATION

5001 POP 29-SEP-2024 TO 28-SEP-2025 SAME AS PREVIOUS LOCATION

5002 POP 29-SEP-2024 TO 28-SEP-2025 SAME AS PREVIOUS LOCATION

6001 POP 29-SEP-2024 TO 28-SEP-2025 SAME AS PREVIOUS LOCATION

6002 POP 29-SEP-2024 TO 28-SEP-2025 SAME AS PREVIOUS LOCATION

The provision at FAR 52.212-1 Instructions to Offerors Commercial Products and Services with FAR 52.212-1 Addendum applies to this acquisition as attached.

The provision at FAR 52.212-2 Evaluation Commercial Products and Services with FAR 52.212-2 Addendum, applies to this acquisition as attached.

All Offerors are required to include a completed copy of the provision at FAR 52.212-3, Offeror Representation and Certifications Commercial Products and Services, with the offer.

The Clause at 52.212-4, Contract Terms and Conditions Commercial Products and Services is applicable to this acquisition.

The Clause at 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Products and Services is applicable to this acquisition as attached.

The following cluses are hereby incorporated by reference and are available at: https://www.acquisition.gov/far_looseleaf

52.203-3

Gratuities

APR 1984

52.203-11

Certification And Disclosure Regarding Payments To Influence Certain Federal Transactions

SEP 2007

52.203-12

Limitation On Payments To Influence Certain Federal Transactions

JUN 2020

52.203-17

Contractor Employee Whistleblower Rights

NOV 2023

52.204-7

System for Award Management

OCT 2018

52.204-9

Personal Identity Verification of Contractor Personnel

JAN 2011

52.204-13

System for Award Management Maintenance

OCT 2018

52.204-16

Commercial and Government Entity Code Reporting

AUG 2020

52.204-17

Ownership or Control of Offeror

AUG 2020

52.204-18

Commercial and Government Entity Code Maintenance

AUG 2020

52.204-19

Incorporation by Reference of Representations and Certifications.

DEC 2014

52.204-22

Alternative Line Item Proposal

JAN 2017

52.209-7

Information Regarding Responsibility Matters

OCT 2018

52.212-1

Instructions to Offerors--Commercial Products and Commercial Services

SEP 2023

52.212-4

Contract Terms and Conditions--Commercial Products and Commercial Services

NOV 2023

52.222-22

Previous Contracts And Compliance Reports

FEB 1999

52.222-25

Affirmative Action Compliance

APR 1984

52.222-25

Affirmative Action Compliance

APR 1984

52.222-41

Service Contract Labor Standards

AUG 2018

52.223-5

Pollution Prevention and Right-to-Know Information

MAY 2024

52.225-13

Restrictions on Certain Foreign Purchases

FEB 2021

52.225-20

Prohibition on Conducting Restricted Business Operations in Sudan--Certification

AUG 2009

52.228-5

Insurance - Work On A Government Installation

JAN 1997

52.229-3

Federal, State And Local Taxes

FEB 2013

52.232-39

Unenforceability of Unauthorized Obligations

JUN 2013

52.232-40

Providing Accelerated Payments to Small Business Subcontractors

MAR 2023

52.232-40

Providing Accelerated Payments to Small Business Subcontractors

MAR 2023

52.245-1

Government Property

SEP 2021

52.245-9

Use And Charges

APR 2012

252.201-7000

Contracting Officer's Representative

DEC 1991

252.203-7000

Requirements Relating to Compensation of Former DoD Officials

SEP 2011

252.203-7001

Prohibition On Persons Convicted of Fraud or Other Defense- Contract-Related Felonies

JAN 2023

252.203-7002

Requirement to Inform Employees of Whistleblower Rights

DEC 2022

252.203-7003

Agency Office of the Inspector General

AUG 2019

252.203-7005

Representation Relating to Compensation of Former DoD Officials

SEP 2022

252.204-7000

Disclosure Of Information

OCT 2016

252.204-7003

Control Of Government Personnel Work Product

APR 1992

252.204-7004

Antiterrorism Awareness Training for Contractors

JAN 2023

252.204-7006

Billing Instructions--Cost Vouchers

MAY 2023

Offerors are required to review and complete the Provisions and Clauses as applicable and incorporated by full text as attached.

The attached Performance Work Statement (PWS), Performance Requirements Summary (PRS), and Quality Assurance Surveillance Plan (QASP), contain specific performance requirements, Acceptable Quality Levels, and the Governments plan for surveillance of Contactor Performance of this Contract as attached.

All questions/comments shall be submitted in writing to Contracting Officer, Stanley G. Sanders Jr (904)696-4812:

Stanley.sanders@usmc.mil

ALL OFFERS ARE DUE NLT; 3 SEPTEMBER 1200 EST

All offers shall be marked Proposal No. M6700424R0006, ATTN: Stanley Sanders, Contracts Department, DO NOT OPEN IN MAIL ROOM.

Mailing Address is:

U.S. Marine Corps

Blount Island Command

Attn: Stanley Sanders

5880 Channel View Blvd.

Jacksonville, FL 32226-3404

Background
The solicitation number M6700424R0006 is issued by the U.S. Marine Corps Blount Island Command as a Request For Proposals (RFP) for commercial services. This contract is a 100% Woman Owned Small Business Set-aside, focusing on the inspection and maintenance of Side Connector Sets. The goal of this contract is to ensure the operational readiness and maintenance of Navy assets through comprehensive inspection, testing, and corrective maintenance services.

Work Details
The contractor shall provide all personnel, materials, and facilities for the following tasks:

1. SCS Inspection/Testing: Conduct thorough inspections and testing of Side Connector Sets in accordance with the Performance Work Statement (PWS) and attached payment schedule. Multiple invoices may be submitted for payment.

2. SCS Over and Above: Provide corrective maintenance services as needed, which must be approved by the contracting officer prior to incurring costs. This includes various industry disciplines such as steel fabrication, welding, mechanical work, machining, hydraulics, electrical work, surface conditioning, and equipment transport.

3. The contractor is responsible for quality control and must perform 100% inspection of all products and services in accordance with individual Job Order Statements of Work (SOW). The contractor will also develop proposals for job orders based on requirements provided by the government.

Period of Performance
The period of performance for this contract is from September 29, 2024, to September 28, 2025.

Place of Performance
The contract will be performed at USMC Blount Island Command, Navy Support Element, located at 5880 Channel View Blvd., Jacksonville FL 32226-3404.

Overview

Response Deadline
Sept. 3, 2024, 12:00 p.m. EDT Past Due
Posted
Aug. 13, 2024, 8:26 a.m. EDT (updated: Aug. 16, 2024, 10:04 a.m. EDT)
Set Aside
Women-Owned Small Business (WOSB)
Place of Performance
Jacksonville, FL 32226 United States
Source
SAM

Current SBA Size Standard
$12.5 Million
Pricing
Fixed Price
Est. Level of Competition
Low
Signs of Shaping
87% of obligations for similar contracts within the Department of the Navy were awarded full & open.
On 8/13/24 Marine Corps issued Synopsis Solicitation M6700424R0006 for Side Connector Overhaul and Regeneration (SCOR) III due 9/3/24. The opportunity was issued with a Women-Owned Small Business (WOSB) set aside with NAICS 811310 (SBA Size Standard $12.5 Million) and PSC J019.
Primary Contact
Name
Stanley Sanders   Profile
Phone
(904) 696-4812

Secondary Contact

Name
Malcolm Williams   Profile
Phone
(904) 696-4817

Documents

Posted documents for Synopsis Solicitation M6700424R0006

Question & Answer

Opportunity Lifecycle

Procurement notices related to Synopsis Solicitation M6700424R0006

IDV Awards

Indefinite delivery vehicles awarded through Synopsis Solicitation M6700424R0006

Incumbent or Similar Awards

Contracts Similar to Synopsis Solicitation M6700424R0006

Potential Bidders and Partners

Awardees that have won contracts similar to Synopsis Solicitation M6700424R0006

Similar Active Opportunities

Open contract opportunities similar to Synopsis Solicitation M6700424R0006

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. 18, 2024
Last Updated By
stanley.sanders@usmc.mil
Archive Date
Sept. 18, 2024