Skip to main content

An official website of the United States government

You have 2 new alerts

Side Connector Overhaul and Regeneration (SCOR) III

info alert

Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • Original Published Date: Aug 13, 2024 08:26 am EDT
  • Original Date Offers Due: Sep 03, 2024 12:00 pm EDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Sep 18, 2024
  • Initiative:
    • None

Classification

  • Original Set Aside: SBA Certified Women-Owned Small Business (WOSB) Program Set-Aside (FAR 19.15)
  • Product Service Code: J019 - MAINT/REPAIR/REBUILD OF EQUIPMENT- SHIPS, SMALL CRAFT, PONTOONS, AND FLOATING DOCKS
  • NAICS Code:
    • 811310 - Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
  • Place of Performance:
    Jacksonville , FL 32226
    USA

Description

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

Contact Information

Contracting Office Address

  • MARCORLOGCOM 814 RADFORD BLVD STE 20313
  • ALBANY , GA 31704-0313
  • USA

Primary Point of Contact

Secondary Point of Contact

History