Side Connector Overhaul and Regeneration (SCOR) III
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 32226USA
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
Attachments/Links
Contact Information
Contracting Office Address
- MARCORLOGCOM 814 RADFORD BLVD STE 20313
- ALBANY , GA 31704-0313
- USA
Primary Point of Contact
- Stanley Sanders
- stanley.sanders@usmc.mil
- Phone Number 9046964812
Secondary Point of Contact
- Malcolm Williams
- malcolm.williams.ctr@usmc.mil
- Phone Number 9046964817
History
- Sep 18, 2024 11:55 pm EDTCombined Synopsis/Solicitation (Updated)
- Sep 11, 2024 12:00 am EDTPresolicitation (Original)
- Aug 13, 2024 08:26 am EDTCombined Synopsis/Solicitation (Original)