Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 06, 2005 FBO #1410
SOURCES SOUGHT

R -- DISTRIBUTED OPERATIONS INTEGRATED CAPABILITIES TOTAL PACKAGE FIELDING

Notice Date
10/4/2005
 
Notice Type
Sources Sought
 
Contracting Office
M67854 Quantico, VA
 
ZIP Code
00000
 
Solicitation Number
M6785406R1000
 
Response Due
11/3/2005
 
Description
DESCRIPTION: The Marine Corps Systems Command has a requirement for a firm to perform the role of a prime contactor and integrator in support of the United States Marine Corps (USMC) Distributed Operations Integrated Capabilities Set (DOICS) Total Package Fielding (TPF). TPF is the USMC's desired materiel fielding process for new or upgraded/modified materiel systems. The DOICS TPF process is designed to provide a consolidated support package of equipment and materiel to the gaining command. The contractor shall provide any or all services to include, but not limited to the following: management services, integration, Integrated Logistics Support, location security, certification, design, fabrication, testing, support, fielding and basic training services to the gaining commands. The DOICS TPF shall include all individual, maintainer, leader and collective training materials. The USMC will implement DOICS in order to provide the war fighter increased operational capability at the squad level. This contract is intended to meet the requirements for TPF to each active duty USMC Battalion being deployed worldwide. A minimum of twenty (26) Fieldings is anticipated at the rate of up to sixteen (16) for FY 2006, five (5) for FY2007, and five (5) for FY2008. Delivery schedules will be established with each individual order. Additional fieldings may occur due to reserve component requirements. The projected award date for this contract is mid FY06, with deliveries commencing twelve (12) to fifteen (15) months after contract award. The Government anticipates that this portion of its requirements will be awarded using full and open competition under solicitation number M67854-06-R-1000. The NAICS code for this intended effort is 541614. REQUIREMENTS: Responses to this sources sought notice should address the following tasks and areas of responsibility associated with this effort: 1. The contractor will receive approximately thirty (30) different GFM components from various OEM's. The contractor shall receive, unpack, inventory, and LTI each component. All components shall be tracked utilizing an inventory control process or program. The contractor shall anticipate that classified components may be received. 2. The contractor will provide storage that meets DoD standards for items that may include weapons, communications gear, optics, sustainment packages, and night vision devices. 3. The contractor shall be responsible for procurement of a shipping container that shall be of an intermodal design currently within DoD inventory. The contractor shall design, develop, and produce a storage method within the selected container based on requirements developed by the USG. 4. The contractor shall assemble the necessary components as determined by the USMC thereby creating one or more "kits". 5. The contractor shall stock the container with the "kit/kits", inspect for completeness, perform final quality control measures and ship the container to gaining command. 6. The contractor shall assume responsibility for real-time tracking of the shipment until it reaches its final destination. 7. The contractor shall conduct a TPF of all components with the gaining command by deprocessing all components (issuing replacement and recovering obsolete gear), completing all documentation deemed necessary by the USMC, and reconciling inventory differences prior to hand-off. 8. The contractor will be responsible for operator and maintainers training to include new equipment training (NET). Additionally, the contractor will be required to produce a transferable training program that includes "train-the-trainer" instruction that can be utilized by USMC units as a stand-alone package for future training evolutions after the NET has been performed. RESPONSES: Industry firms capable of accomplishing the required services, in whole or in part, are invited to submit a response to this notice. Firms should include literature, brochures, and capabilities summaries directly addressing their ability to meet the aforementioned needs. Interested firms are requested to respond NLT COB (1600), November 3, 2005, stating their business size, NAICS Code, and identifying a corporate point of contact. Interested sources should respond to: (U. S. Mail address) COMMANDING GENERAL, Marine Corps Systems Command, ATTN PMM-133C1, 2200 Lester Street, Quantico, VA 22134-6050. All firms responding by the above-mentioned date will receive an electronic copy of the DOICS Market Survey questionnaire from the Contracting Officer for completion and immediate return. THE SUBMISSION OF THIS INFORMATION IS FOR PLANNING PURPOSES ONLY AND IS NOT TO BE INTERPRETED AS A COMMITMENT BY THE GOVERNMENT TO PROCURE ANY ITEMS/SERVICES, NOR FOR THE GOVERNMENT TO PAY FOR THE INFORMATION RECEIVED.
 
Record
SN00909142-W 20051006/051004212244 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.