Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 24, 2015 FBO #4929
SOURCES SOUGHT

R -- Technical, Analytical & Mangerial Support Services - Sources Sought - M00264-15-SSI-0101

Notice Date
5/22/2015
 
Notice Type
Sources Sought
 
NAICS
541219 — Other Accounting Services
 
Contracting Office
Department of the Navy, United States Marine Corps, MCB Quantico - National Capital Region (NCR), 2010 Henderson Road, Quantico, Virginia, 22134-5045, United States
 
ZIP Code
22134-5045
 
Solicitation Number
M00264-15-SSI-0101
 
Archive Date
6/23/2015
 
Point of Contact
Curtis W. Harris, Phone: 7037843564, Jamie A. Dufrene, Phone: 7037840081
 
E-Mail Address
curtis.harris@usmc.mil, jamie.dufrene@usmc.mil
(curtis.harris@usmc.mil, jamie.dufrene@usmc.mil)
 
Small Business Set-Aside
N/A
 
Description
Sources Sought - M00264-15-SSI-0101 - Submission Details REQUIRED CAPABILITIES: Performance Requirements The following section specifies the Performance Objectives and Performance Elements for the contract. On-Site Support Personnel (Core Requirement) PA&E Division is staffed primarily by uniformed Marine and civil service personnel; however, numerous division functions are not inherently governmental in nature and thus lend themselves to contractor augmentation. Contractor support personnel will work alongside uniformed Marine and civil service personnel. General Capability Requirements for On-Site Contractor Support: • The Contractor shall provide expertise for analytic, programmatic, strategic, and operational analysis. Contractors will be required to perform and participate in directed studies and quick-turn analysis. The Contractor should be capable of reviewing, analyzing and evaluating programs for execution of approved strategies, policies, doctrine, and training. Contractor personnel will also assist with the development of Commandant of the Marine Corps' (CMC) initial programming guidance as well as analyze Blue in Support of Green (BISOG) issues. The Contractor will participate in the development and validation of program priorities. The Contractor will also assist with Front-End Assessments (FEAs), Program Objective Memorandum (POM) analysis, Roles and Missions (R&M), and quick-turn assessments. The Contractor should be familiar with the Marine Corps' Planning, Programming, Budgeting, and Execution (PPBE) process. The Contractor should have knowledge of DoD/Navy/USMC organizational and operational concepts, structure, and equipment. • The Contractor shall assess and dissect published guidance, strategies, and policies in order to ascertain fiscal impacts, programs efficiencies, and capability gaps. The Contractor will be required to perform gap, affordability, cost estimation and regression, capability, Return-on-Investment (ROI), and sustainment analyses and assessments. In addition the contractor will be asked to analyze, evaluate, and provide recommendations for alternative plans, programs and budgets as part of his/her daily and weekly responsibilities. The Contractor will be required to develop, apply, and track performance metrics related to Marine Corps programs. The Contractor will also evaluate accuracy and completeness of Analysis of Alternatives (AoAs). In addition, the Contractor will assist in the development of accreditation and simulation models to include Price Performance Models (PPMs) and Marine Corps program life cycle cost estimates. The contractor should become familiar with top-level fiscal and strategic guidance in support of Marine Corps policies and strategies. The Contractor will be required to be familiar with Marine Corps manpower and equipment readiness processes and methodologies to assist PA&E analysts with analyzing Marine Corps Manpower and O&M investment accounts. • The Contractor shall participate in the analysis of new acquisition requirements as well as conduct studies, analyses, and reviews of acquisition program processes, procedures, practices, and policies that facilitate the use of a capability-based approach in the acquisition of Marine Corps and joint service programs. The Contractor will inform emerging programs and perform technical risk analysis and reliability assessments. The Contractor will identify anomalies in current proposals and participate in the acquisition program milestone decision process. • The Contractor shall be capable of performing service-level staff requirements and be proficient with common software applications such as Microsoft Office, SharePoint, and Adobe. The Contractor shall be familiar with DoD/Navy/USMC database and systems: Marine Corps Integrated Maintenance Management System (MIMMS), Supported Activity Supply System (SASSY), Standard Accounting Budgeting and Reporting System (SABRS), Total Force Structure management System (TFSMS), Programs and Budgeting Documentation Database (PBDD), Program Budget Information System (PBIS), Marine Corps Equipment Readiness Information Tool (MERIT), Navy Visibility and Management of Operating and Support Costs (VAMOSC), Status of Resources and Training System (SORTS), Integrated Computerized Deployment System (ICODES), Global Change Assessment Model (GCAM), Federal Logistics Data (FEDLOG), and Marine Corps Action Tracking System (MCATS). • The Contractor shall be capable of maintaining and facilitating the use of Program Linear Optimization Tool (PLOT) for the duration of the contract life-cycle, to include modifications, updates, and instructional products and courses. PLOT is a tool that merges database and advanced mathematical optimization features; it is PA&E's main tool for creating alternate POMs (for different top lines and business rules). Typical skills required to complete this task include: Experience with software optimization tools using linear, nonlinear, and mixed integer programming techniques; experience working within the Marine Corps PPBE process; and experience developing training courses to Marine Corps standards. Reach Back/Directed Study Support Reach-back and contract management personnel will be located at Contractor's off-site locations within the Washington D.C. and Northern Virginia area. The Contractor's work site must be capable of achieving SIPRNet connectivity within the base year of this contract. Reach back studies are normally unplanned, emergent studies that vary in duration and focus. General Requirement Capabilities For Reach Back Contract Support: • The Contractor shall possess sufficient reach-back support to augment and assist on-site personnel to perform directed studies. The Contractor shall provide reach-back support capable of assessing and analyzing the full spectrum of Marine Corps plans, policies, and strategies with a focus on fiscal, budgetary, and programmatic capability-based analysis. • The Contractor shall maintain and operate Programs Analysis &Evaluation's (PA&E) Program Linear Optimization Tool (PLOT). The Contractor will provide additional capabilities required by the Director of PA&E in the realm of C4I, computer programming, database/data mining in support of POM, deliberate studies, and quick-turn assessments. • The Contractor shall be capable of developing computer models focused on affordability, cost, manpower, economic, optimization, and forecasting at a minimum. The Contractor will also be required to use optimization software utilizing linear, nonlinear, and mixed integer programming techniques. The Contractor shall also be capable of developing and/or evaluating program projections focusing on capability, affordability, sustainment, efficiency, and operational impact. • The contractor shall conduct analysis and provide recommendations regarding enlisted aviation manpower retention for qualified maintainers in their second or third enlistments. The contractor will be required to provide recommendations for enlisted aviation manpower structure optimization at the Organizational and Intermediate level(s). Contractor will also provide recommendations with regard to officer retention within the Marine Corps and future readiness initiatives within Marine Corps Aviation. The contractor shall facilitate and conduct Independent Readiness Reviews for the MV-22B, AH-1W / AH-1Z / UH-1Y, and F/A-18C / F/A-18D. These Independent Readiness Reviews shall analyze shortfalls and provide recommended initiatives to facilitate readiness recovery for the above listed type/model/series.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M00264/M00264-15-SSI-0101/listing.html)
 
Place of Performance
Address: Pentagon, Arlington, Virginia, 02873, United States
Zip Code: 02873
 
Record
SN03740936-W 20150524/150522234730-a01f8588edecb9cdac4af6664cd2d2c7 (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 |
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.