SPECIAL NOTICE
99 -- Updated Sources Sought for USMC CREW Product Support Integrator (PSI) and Performance Based Logistics (PBL) Market Survey for the Counter Radio Controlled IED Electronice Warefare (CREW) Progrzm
- Notice Date
- 10/17/2008
- Notice Type
- Special Notice
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- Department of the Navy, United States Marine Corps, Marine Corps Systems Command, M67854 MARINE CORPS SYSTEMS COMMAND Quantico, VA
- ZIP Code
- 00000
- Solicitation Number
- M6785409R7005
- Response Due
- 10/31/2008
- Archive Date
- 11/15/2008
- Point of Contact
- <br />
- Small Business Set-Aside
- N/A
- Description
- As clarification, the submitted responses to this RFI are due by 1600 on 31 October 2008 to USMC, Marine Corps System Command. Because this is the last update that can be posed under this RFP number, I ask that any company that is interested in participating as a prime contractor in this effort submit their contact information to include company name, business category (large, small, small disadvantaged, 8(a), etc.), point of contact, e-mail address and phone number. Any further discussion question updates will go to the interested parties via e-mail. This is an RFI to conduct a market research on the realm of possibilities based on the original seven questions asked within this RFI. We ask that you provide us with the information on how you think the operation can be conducted based on the questions that were asked as well as the additional information included below. There have been several questions from industry and the government responses are listed below. If an organization is interested in a follow on discussion after submission of their information, then insure to provide point of contact information to include email address as part of their submission. One on One discussions will be scheduled after the government has had the opportunity to review all submitted information. The Hunter and Chameleon are proprietary; will the following information be available? 1.Number of systems fielded? Answer: Assume that all 10,089 will be fielded during the award of this contract. 2.Number of members of the logistics support team?oLabor categories?oSkill levels? Answer: Looking for industry to provide information on what labor they would recommend as part of this RFI. 3.What is the system performance? Answer: This would be provided as part of the RFP. 4.Will Technical Manuals (TM) for all level of logistics be available? Answer: This would be provided as part of the RFP phase. 5.Will spares and repair parts Information be made available?oDemand rates? oConsumption rates? oCost? oOrder Ship Times (OST)?oLong lead items? oSupplier/Vender performance rates? Answer: This would be provided as part of the RFP phase. 6.Will the information regarding the current maintenance concept be disclosed?oAll test and repair procedures? oUnit level maintenance and training? oIntermediate level maintenance and training? oDepot level maintenance and training? oMaintenance concept performance status? Answer: It should be assumed that initially that all maintenance will be conducted by the PSI/PBL Contractor and it may migrate to Organic for Operational & Intermediate Maintenance within the next two years. 7.Is there a complete tools, test, and support equipment list? oWill these assets be GFE or PBL provided? Looking for recommendation from industry.oIs there any special training required for the operation of the test equipment? oHow is the current inventory of test equipment Calibrated? This would be provided as part of the RFP phase.Answer: This will be provided as part of the RFP phase. 8.How is the operator / user training conducted? oWhere are the training location(s)? oIs there any training aids/special equipment? Will be providedoIs there any training material, if so how is it supplied? Answer: It is a combination of CLS & Organic. All other questions will be provided as part of the RFP phase. 9.What is Operational Availability (Ao) for these systems (Goals and actuals)? oWhat is the Mean Time Between Failures (MBTF)? oWhat is the Mean Time Between Maintenance (MBTM)? oWhat is the Mean Down Time (MDT)? oWhat is the Mean Time To Repair (MTTR)? Answer: This will be provided as part of the RFP phase. 10.What are the consumable required to support these systems? oIs there a list of the common and terminal hardware needed for these systems used in the installation and maintenance? oAre there any lubricants required?oWhat are the cleaning materials that are needed? oWhat is the ancillary support equipment / Items needed to support this mission? ?Vehicles (in theater) ?Fuel ?Communication Instruments (computers, internet, and cell phones) ?CRC deploying FSRs ?Clothing Requirements (safety shoes, DCUs, and eye protections)?Meals (deployed) ?Quarters Answer: All information will be provided as part of the RFP phase. However, contractors do not wear military uniforms in the theater. 11. Does the government own the underlying IP and will this be able to provide contractors with an unlimited license? Answer: No the Government does not own the underlying IP. The PSI/PBL Contractor will not be provided an unlimited license. For ease of reference, the following information was posted on the original request for information (the conflicting date is corrected). SUPPORT INTEGRATOR (PSI) PERFORMANCE BASED LOGISTICS (PBL) MARKET SURVEY FOR THE COUNTER RADIO CONTROLLED IED ELECTRONIC WARFARE (CREW) PROGRAM Background: The USMC CREW program office has procured 10,089 CREW systems. CREW systems are high power, modular, programmable, multiband radio frequency jammers designed to deny enemy use of selected portions of the radio frequency spectrum. The USMC CREW systems, Hunter and Chameleon, are proprietary NDI systems. The USMC CREW systems have been fielded in Operation IRAQI FREEDOM (OIF), Operation ENDURING FREEDOM (OEF), and as part of the USMC Maritime Expeditionary Units (MEU's). Purpose: The purpose of this Request for Information (RFI) is to solicit interest in the conduct of Performance Based Logistics (PBL) for the USMC CREW Program. Marine Corps Systems Command (MARCORSYSCOM) is looking for potential sources to perform the role of Product Support Integrator (PSI) for USMC CREW systems. In Accordance With (IAW) MCO 4000.57 and DOD 5000.1, PBL is the preferred support strategy for materiel systems. A PSI is an entity (i.e., individual, organization - public or private sector) charged with integrating all public and private support sources, defined within the scope of Performance Based Agreements (PBA), to achieve the documented performance outcomes. The Marine Corps will implement the PSI approach for fielded USMC CREW systems in order to provide the war fighter increased operational readiness; increased reliability; enhanced logistics response times; enhanced deployment support; enhanced wartime support; reduction in the logistics footprint, ! and reduction in logistics costs. The selected PSI will be responsible for all or portions of the system supportability and logistics support, which could include, but is not limited to, system installation, supply chain management (spares support), field and sustainment level maintenance (scheduled and unscheduled), warranty tracking, data management, and operator and maintenance training. Logistics support requirements are in CONUS and OCONUS locations. Field Service Representative support and presence at OCONUS US CENTRAL COMMAND (CENTCOM) Area of Operation (AOR) is required. System support processes will be transparent to the war fighter. Intent: Length/Type of Contract: Contract is expected to be a Firm Fixed Price Performance Fee Contract for up to six (6) years. Goals: Desired Results and Outcomes: Expected performance results from the PSI for the USMC CREW systems is achievement of efficiencies that reduce the logistics footprint; reduce logistics delay time, and reduce maintenance cost. Ultimately the goal is the reduction of Operations and Sustainment (O&S) costs to the Marine Corps and increase mission availability. Measurements: Level of performance shall be expressed in measurable outcomes and achievement of those outcomes by objective evaluation. SURVEY QUESTIONAIRE FOR THE USMC CREW PRODUCT SUPPORT INTEGRATOR (PSI) FOR USMC CREW SYSTEMS The following will not be shared outside of the USMC CREW program office. Name of Company: Address: City, State, Zip Code: Point of Contact (POC) information: Name: Telephone Number: Email Address: Website Address: What is the business of your company; i.e. large business, small business, 8 (a), etc. 1. Describe your company's experience, if any, in providing PBL support to USMC, other DOD component/s, or industry. 2. Have you successfully performed in the role of Product Support Integrator/ Product Support Provider on any other USMC, other DoD, or industry system? If so, on which systems and what was the extent of the support provided? 3. If you have performed under a PBL contract in the past, what are some of the best practices you have used to be successful? 4. What would be your plan for managing the supply chain (parts support) for field (intermediate) and sustainment (depot) level maintenance? 5. What potential constraints and boundaries do you anticipate within the responsibilities of managing a PBL support contract? 6. How do you propose the government should measure the specific areas of performance metrics related to reducing the logistics footprint, reducing maintenance/repair times, increasing mission availability and reducing total logistics delay time? What recommendations can your organization provide? 7. What would be your plan for reducing maintenance/repair times for scheduled and unscheduled sustainment level maintenance?8. Provide any other data deemed appropriate. The Technical Point Of Contact (TPOC) for this effort is Donald A. Kelley, telephone (703) 432-3177, or email at: Donald.Kelley@usmc.mil. All interested vendors are encouraged to submit information to USMC, Marine Corps Systems Command by close of business 31 October 2008. The mailing address is MARCORSYSCOM, CINS, PM Intel, 2200 Lester Street, Quantico, Virginia, 22134-5010, Attention: Mr. Donald A. Kelley. Questions regarding this announcement may be directed to the Contracting Officer, Mr. Albert Whitley, telephone (703) 432-3186; email at: Albert.Whitley@usmc.mil. The Government may elect to conduct an Industry Day and/or one-on-one discussions with Industry based on its analysis of the responses, the quality of submission, and the level of specification of the information provided. Please note the Government is under no obligation to conduct these sessions. The information provided is for information only and is not a Request for Proposals or announcement of solic! itation. The Government will not pay for any effort expended or any material provided in response to this announcement nor will the Government return any data provided.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=bf21a1953b814bf0bf37477fd5815501&tab=core&_cview=1)
- Record
- SN01693192-W 20081019/081017214536-bf21a1953b814bf0bf37477fd5815501 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |