California Bids > Bid Detail

Commstrat Equipment MSA

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • J - Maintenance, Repair, and Rebuilding of Equipment
Opps ID: NBD00159790332181521
Posted Date: Dec 8, 2022
Due Date: Jan 4, 2023
Solicitation No: M0068123Q0002
Source: https://sam.gov/opp/78d2a6fa65...
Follow
Commstrat Equipment MSA
Active
Contract Opportunity
Notice ID
M0068123Q0002
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE NAVY
Major Command
USMC
Sub Command
MARCORP I&L
Sub Command 2
MARINE CORPS INSTALLATIONS COMMAND
Sub Command 3
MCIWEST
Office
COMMANDING GENERAL
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Solicitation (Original)
  • All Dates/Times are: (UTC-08:00) PACIFIC STANDARD TIME, LOS ANGELES, USA
  • Original Published Date: Dec 07, 2022 04:33 pm PST
  • Original Date Offers Due: Jan 04, 2023 12:00 pm PST
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Jan 19, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: J075 - MAINT/REPAIR/REBUILD OF EQUIPMENT- OFFICE SUPPLIES AND DEVICES
  • NAICS Code:
    • 811310 - Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
  • Place of Performance:
    San Diego , CA 92140
    USA
Description

STATEMENT OF WORK



Background



The Communication Strategy and Operations, Reproduction department at Marine Corps Recruit Depot San Diego and Western Recruiting Region has the mission of providing printing and reproduction capabilities for the recruitment and training of all Marine Corps Recruits, Drill Instructors, and Recruiters to include the Support and Training Commands aboard the Depot. MCRD San Diego trains approximately 17,500 recruits and conducts approximately 40 graduation ceremonies per year, and the MCRD Communication Strategy and Operations, Reproduction Section, has a requirement to produce approximately 1000 color Graduation programs per graduation week (40,000 annually). Additionally, MCRD San Diego COMMSTRAT is required to produce colored printed programs, pamphlets and training materials for Retirement Ceremonies, Change of Command Ceremonies, hosted events and other command-related functions and trainings. The MCRD San Diego COMMSTRAT office’s finishing systemis in need of a newservice and maintenance contract. The need to purchase a finishing system service and maintenance contract is a mission critical necessity, and an in imperative order for the COMMSTRAT reproduction department at MCRD San Diego to support the weekly printing requirements of the MCRDSD/WRR command.



The acquisition of the finishing system service and maintenance contract requires the inclusion a service and maintenance plan, which ensures the mission if the Communication Strategy and Operations office, in support of the command and local entities is not hindered due to break-downs. Continuous preventative maintenance will service equipment by maintaining serviceability and providing supplies. Having on-call repairs and support will provide the COMMSTRAT office capabilities to support ongoing mission requirements and meet expected project deadlines.



Scope



The acquisition of the finishing system service and maintenance contract will include the support, travel, parts, and labor service for (3) finishing systems located in the Combat Camera Division, G-3, reprographics department. Systems consists of (1)Horizon Model Vac-100a, Callorator SN: 405060), Stitcher and folder (model: SPF-20, SN: 441008), and trimmer (model: FC-20, SN:374008). (1)Mbm /Triumph Model 5551-Ep Paper Cutter, Sn: 6112884. (1) Challenge Model Ms5 Five Spindle Drill Model Cmc-401ce, Sn: 146070.



Further services will include immediate repair and an on-going maintenance service contract that will provide supplies and on-the-spot service, supporting primary maintenance and depo-level repairs. Technicians must be in contact within a 2hr maintenance call and report within a 4hr period. The systems will require primary and secondary maintenance semi-annually, parts, labor, and, travel expenses will be included in the contract. All identified systems are separate in nature and do not depend upon or are connected to a dependent system.



The material or service must be compatible in all aspects (form, fit, and function) with existing systems presently installed.



Tasks



1.Delivery: Contractor must deliver:All equipment and components shall be delivered to the Communications Strategy and Operations office, located at 1600 Iwo Jima Ave, Building 1, Marine Corps Recruit Depot San Diego, 92140; and installed by the authorized vendor as prescribed on the contract.





2.Maintenance/Service Calls:Equipment maintenance/service shall be performed by the authorized vendor during the term of the contract. Vendor must include mileage as part of this agreement. Government will not pay separate mileage costs on service calls.





3.Maintenance/Service Requirements:Telephone response times are not to exceed two (2) working hours after notification. On site response times are not to exceed four (4) working hours after notifications, if problem resolution is not successful via telephone support. All maintenance services will be provide at the Communication Strategy and Operations/Reproduction department located at Marine Corps Recruit Depot San Diego Bldg 1, San Diego, CA. 92140.



Government-Furnished Property, Material, Equipment, or Information (GFP, GFM, GFE, or GFI)



Any and all services provided will be recorded. Technician must provide a written explanation of the services provided, condition of all components upon delivery and after installation, verification of functionality and operability, and declaration that the machine and all parts, components software have been successfully delivered, properly installed and found to be fully operable. The COMMSTRAT Director will sign the paperwork, certifying the information.



Security




  1. Identification: Vendor must a current valid driver’s license along with (1) other form of ID.






  1. Release of Information: All government data provided to the contractor by the government will be protected from public disclosure in accordance with the markings contained thereon. All other information related to the services and items to be delivered may not be disclosed, by any means under this contract, without prior approval from the Contracting Officer and Director of the Communication Strategy and Operations office. Dissemination of public disclosure includes but is not limited to: permitting access of such information by foreign national or by any other person or entity, publication of technical or scientific papers, advertising, or any proposed public release. The contractor shall provide adequate physical protection of such information so as to preclude access by any person or entity not authorized to access it.





Over & Above Work



The Contractor shall provide all items necessary such as labor, transportation, equipment, tools, supervision, management, quality control, testing equipment, materials, and parts required to perform over and above work repair, modification or replacement of equipment, parts, etc. in a timely manner. The Contractor shall substantiate the need for over and above work by describing the conditions that warrant the repair and why minor repair measures accomplished as part of regular maintenance will not suffice. The Contractor shall report the need for over and above work repairs to the Technical Point of Contact (TPOC).





General Requirements and Procedures for Over and Above work. As described in DFARS Clause 252.217-7028, Over and Above Work authorizes the Contractor to perform repairs on identified equipment that is outside of the standard inspection requirements to insure equipment is sustained in good working order in accordance with manufacturer’s instructions.





Authority to Perform Over and Above Work. The Contracting Officer is the only person(s) with authority to authorize the Contractor to proceed with the work in accordance with the over and above work portion of the contract and work will be negotiated and approved in advance for each work request. All work requests will be ordered and approved in writing. The Government may elect not to make repairs but instead replace items. Replacement items may be acquired either from the Contractor or from any other source determined to be advantageous to the Government.









Estimate, Preparation and Evaluation





a. The preparation of estimates is included in the price of the firm fixed-price portion of the contract.





b. Following equipment inspection, or if requested by the TPOC, the Contractor shall provide a written work estimate that will include the following minimum information:





(1) Contractor name and address.



(2) Contract number



(3) Date inspection was performed/call placed.



(4) Itemized list of parts required to perform repair, including quantity and price for each item.



(5) Estimated number of labor hours required to complete repair.



(6) Number of hours charged for travel if the repair is not part of the scheduled maintenance inspection.





c. Materials and Parts.





(1) Material price and parts shall be the lowest price available considering the availability of materials and the time constraints of the job. It shall include any discounts and/or rebates received by the Contractor. Parts shall be provided to the Government at the Contractor’s cost without mark up.





(2) The Contractor shall provide quotations from three suppliers of the required materials exceeding $2,500.00 per parts/material.





d. Estimate Evaluation. The Contractor’s estimate will be evaluated to determine if:





(1) The scope has been clearly and accurately identified.





(2) The number of labor hours has been accurately estimated.





(3) The cost of materials and parts are reasonable and properly documented. The material and parts shall include a detailed estimate of materials including such items as the name of the part, manufacturer of the part, the part number, the size, quality, quantity (number of units) and the unit prices.





(4) The estimated lead-time for the delivery of the part to the Contractor is included.





(5) The Contractor shall state the actual time it will take to perform the work from commencement to completion.





(6) The detailed estimate will be used to negotiate over and above work repairs and award of a firm fixed price modification to the contract. The Contractor shall not assume that a modification will be issued, and shall not order materials or proceed with any work until receipt of the modification.





Place of Performance



Marine Corps Recruit Depot San Diego, Communication Strategy and Operations, 1600 Iwo Jima Ave., Bldg 1, San Diego, CA 92140




Attachments/Links
Attachments
Document File Size Access Updated Date
D1-M0068123Q0002.pdf (opens in new window)
888 KB
Public
Dec 07, 2022
file uploads

Contact Information
Contracting Office Address
  • MARINE CORPS BASE BOX 555013
  • CAMP PENDLETON , CA 92055-5001
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Dec 07, 2022 04:33 pm PSTSolicitation (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >