Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 18, 2017 FBO #5566
SOURCES SOUGHT

R -- Marine Corps Information Operations Center (MCIOC) Enterprise Support Services (ESS)

Notice Date
2/16/2017
 
Notice Type
Sources Sought
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
Department of the Navy, United States Marine Corps, MCCS Quantico, Marine Corps Community Services, 2112 Bauer Road, Quantico, Virginia, 22134, United States
 
ZIP Code
22134
 
Solicitation Number
M00264-17-SSA-0016
 
Archive Date
3/14/2017
 
Point of Contact
Tommy R. Session, Phone: 7034322316, Jamie Dufrene, Phone: 7037841920
 
E-Mail Address
tommy.session@usmc.mil, jamie.dufrene@usmc.mil
(tommy.session@usmc.mil, jamie.dufrene@usmc.mil)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT ANNOUNCEMENT The Regional Contracting Office - National Capital Regional (RCO-NCR), Marine Corps Base, Quantico, VA is seeking sources for Marine Corps Information Operations Center (MCIOC) Enterprise Support Services (ESS). CONTRACTING OFFICE ADDRESS: 2010 Henderson Rd, Quantico, VA 22134 INTRODUCTION: This is a SOURCES SOUGHT TECHNICAL DESCRIPTION to conduct market research and determine the availability and technical capability of all sources to provide the required products and/or services. The Marine Corps Information Operations Center (MCIOC) is seeking information for potential sources for Enterprise Support Services to be provided by the contractor to perform comprehensive technical, analytical and operational support services required for execution of Marine Corps Information Operations Center (MCIOC) mission essential tasks. This work supports USMC Operational Forces, Information Operations (IO) advocates and IO proponents and includes a wide range of IO development and integration, operations, program management, technical and administrative support tasks. The Contractor shall provide qualified personnel to execute support services in accordance with each task description. DISCLAIMER: THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. CONTRACT/PROGRAM BACKGROUND: Contract Number 1: GS00Q14OADU108 Task Order# GSQ0015AJ0047 Contract Type: GSA OASIS CPAF Incumbent and their size: Booz Allen Hamilton(BAH), Large Business Method of previous acquisition: Full and Open competition BAH provides support services defined as discrete performance-based tasks. These tasks are designed to support functional requirements Information Related Capabilities (IRCs) and optimize execution of Marine Corps Information Warfighter mission objectives. Performance requirements and support functions are defined by Performance Work Statement (PWS) and include detailed analysis and planning support across multiple disciplines such as: training exercise development & support, intelligence analysis, translator linguist services, cultural analysis analysis, social sciences, Information Operations planning, doctrine analysis and IT support functions. Current period of performance: 20 Jan 2017 - 22 Sep 2017. Place of Performance: Quantico, VA & Doral, FL Contract Number 2: M00264-15-C-1015 Contract Type: FFP Incumbent and their size: JB Management, Inc.(JBM), Large Business Method of previous acquisition: Full and open competition JBM provides professional technical, analytical and operational support services to enable implementation of four (4) primary areas of the Marine Corps Information Operations Center (MCIOC). The primary areas are: 1) Support development of Information Related Capabilities (IRC); 2) Grow the Information Operations (IO) enterprise; 3) Understand the Information Environment (IE); and 4) Develop IO Tactics, Techniques and Procedures (TTPs). Current period of performance: 28 Sep 2016 - 29 Sep 2017. Place of Performance: Quantico, VA REQUIRED CAPABILITIES: The contractor shall provide sufficient manpower, talent and task appropriate Labor Categories (LCAT) to execute support services in accordance with each task description. Qualified contractor personnel shall possess and maintain: required security clearance, skill sets, experience level, applicable professional certifications and training needed to successfully perform requirements detailed in the Performance Work Statement. Task descriptions identify government requirements and include specific functional and supporting activities typically associated with the task title. Work may require contract deliverables in the form of specific reports, briefings, analysis papers, ad-hoc reports, etc. (as required). Work shall be performed primarily at Quantico, VA. Some tasks require infrequent, to occasional contractor travel which will be defined in any subsequent solicitation. Task Descriptions are as follows: 1. Program Management (25%) and Information Operations Planner Support (75%). The Contractor shall provide onsite program management, operations support and day to day administrative functions of the Program Office. The Program Manager (PM) shall oversee performance of assigned contractor staff to ensure compliance with all PWS requirements, accuracy and completeness of work, and on-time delivery of required products. The PM shall coordinate and conduct quarterly In Process Reviews (IPRs) with Government personnel. 2. Training - MISO Exercise Development and Execution: Requires an exercise controller in support of MISO Planning and Execution Exercise (MISOPEX). Support shall be provided for exercise planning and execution and field exercises. Exercise support functions include: preparation, execution, evaluation, analysis, and after action reporting across the exercise life cycle. Contractor exercise support personnel must have demonstrated experience in Military Information Support Operations and support of military field exercises involving multiple participants and scripting. 3. Web Design and Maintenance: Requires web master support including development and testing of web based portals hosted by the Marine Corps Enterprise across three security domains: Non-Classified Internet Protocol Router (NIPR), Secure Internet Protocol Router (SIPR), and Joint Worldwide Intelligence Communications System (JWICS). Qualified personnel shall be certified as an Information Assurance Technician (IAT) Level I, as set forth in DOD 8140. 4. Systems Administration: Supports the design, installation, testing and sustainment of the MCIOC communication nodes, automated systems, and associated equipment. Qualified personnel shall be certified to a minimum of Information Assurance Technician (IAT) Level II as set forth in DOD 8140. (Microsoft Certified Information Technology Professional). 5. Intelligence Analysis and Support: Support includes Information Operations Intelligence Integration (IOII) relative to political, economic, social, cultural, physical, geographic, technical, or military issues in specific foreign countries. The Contractor shall possess and demonstrate a working knowledge of the information environment and the significance of regional conditions and trends in support of day to day operations. Requirement includes dedicated and concurrent support to three (3) regionally focused teams: 1) Central Command CENTCOM; 2) Pacific Command PACOM/Southern Command SOUTHCOM/Northern Command NORTHCOM, 3) Africa Command AFRICOM/European Command EUCOM. 6. Social Sciences-Cultural Analysis: Requires expert social sciences skills and cultural analysis to advise and disseminate relevant guidance in support of Marine Corps IO exercises, training and operational deployments. Requirements include coordinating and integrating social science, academic, and cultural capabilities across the Marine Corps in support of globally deployed MAGTFs. Analysis shall produce accurate, comprehensive and timely social science support through doctrine development, training and education, research, and community collaboration. Task Qualifications: Candidates shall possess a PhD in a social/behavioral science discipline (e.g., psychology/psychometrics, sociology, economics, political science, organizational sciences) and 3 years related experience. 7A. MAGTF IO Planning Support: The Contractor shall assist in developing and establishing the ability to conduct IO planning in support of deployed teams, MAGTFs and to other organizations as needed. The Contractor shall conduct responsive IO analysis, planning and targeting support to augment designated commands during training, exercises, and deployments. The Contractor shall conduct planning using various processes (e.g. Joint Operation Planning and Execution System (JOPES) and Marine Corps Planning Process (MCPP). Planning support shall be regionally focused depending on situational needs of the government. Regional areas include: CENTCOM, SOUTHCOM, PACOM, NORTHCOM, AFRICOM and EUCOM. Provide additional planning support to the S-37 for training and exercises, to include the MCIOC CUX. 7B. MAGTF IO Planning Support: Primary duty location is MARFORSOUTH Headquarters Doral, Florida with infrequent OCONUS travel in support of semi-annual planning conferences. Task functions and responsibilities include acting as the MCIOC Liaison Officer at MARFORSOUTH and coordinating MCIOC support to MARFORSOUTH or other SOUTHCOM organizations. Provide assistance to MCIOC and MARFORSOUTH to develop and establish the ability to conduct IO planning in support of Marine Forces preparing to, or deployed into the SOUTHCOM Area of Operations. Conduct responsive IO analysis, planning and targeting support to MARFORSOUTH operations, training exercises and initiatives. The Contractor must have the ability to conduct planning using various processes (e.g. Joint Operation Planning and Execution System (JOPES) and the Marine Corps Planning Process (MCPP). Task Qualifications: Personnel assigned to support this requirement shall have prior SOUTHCOM experiences. Planning and operational experience should be at O-4/O-5 level with experience at Marine Corps MAGTF level. Foreign language proficiency (Spanish) preferred, but not required. Minimum training and background experience includes Bachelor Degree, Mid-level military school, three years of Information Operations experience. 8. Manpower Planning Assistance: Requires manpower planning support to all facets of the Marine Corps Manpower Management system (MMS) and associated processes to include the Total Force Structure Division (TFSD). 9. IO Doctrine Support: The Contractor shall establish and maintain continuous liaison with appropriate IO activities, DOD service schools, higher headquarters, and other civilian agencies of Government to ensure accuracy and consistency of IO doctrine. Execution of this PWS Task requires hands-on, expertise regarding doctrine for Military Deception (MILDEC); Operations Security (OPSEC); working expertise of the Department of Navy (DON) Tracker and the Marine Corps Center for Lessons Learned (MCCLL) - including processes to collect, catalogue and archive operational lessons learned. Contractor personnel shall coordinate with the Marine Corps Combat Development Command (MCCDC) Capabilities Development Directorate (CDD) for effective execution of doctrine support. 10. Operations Security Support: Contractor shall possess expertise and proficiency in OPSEC principles to provide analytical and advisory support for the Marine OPSEC Support Team (MOST) mission. Assigned support personnel shall be familiar with MCO 3070.2A, the Marine Corps OPSEC Program and have working experience and knowledge of associated Marine Corps, Department of the Navy, Joint, DOD and coalition OPSEC policy, doctrine and processes. Task requirements include analysis and application of technical guidelines, operational requirements, and evaluation standards for the MOST to accomplish its Marine Corps mission. Task Qualifications: Personnel shall have completed Joint or Service level OPSEC training, e.g. Defense OPSEC Planners Course, Interagency OPSEC Support Staff OPSE-2500, or Service equivalent OPSEC training. Candidates shall have a minimum of five years of experience as an OPSEC officer, coordinator, program manager or trainer. 11. Linguist/Analytical Support: This task requires language-related services including translation, transcription, interpretation, and analytical capabilities in support of intelligence collection, and other operational missions. Task performance requires high-level language abilities to include CAT III proficiency, meeting the minimum criteria of Interagency Language Roundtable (ILR) Level 3 and proficiency in Web 2.0 and open source research. This includes knowledge of how languages interact with one another and their associated cognitive processes, experience in diplomatic and military arenas and global intelligences services. Services require dedicated and concurrent linguistic/analytical capabilities support in the AORs of Combatant Commands per mission requirements. Note: The Government requires Translator/Linguists support in Russian, Arabic, and Mandarin Chinese. Task Qualifications: 1) CAT III proficiency, meeting the minimum criteria of Interagency Language Roundtable (ILR) Level 3 and proficiency in Web 2.0 and open source research, 2) Experience living in countries where the target language is spoken. 12. Training and Exercise Support: Task requires Subject Matter Expert (SME) for integrating Information Related Capabilities (IRCs) into Marine Corps training and exercises. This includes development, review and update of a broad range of training and exercise materials relevant to: electronic warfare, operations security, military information support operations, military deception, cyberspace operations, civil military operations, public affairs, and other information related capabilities. The contractor shall support to internal MCIOC (Combined Unit Exercises) and external Marine Corps training agencies as directed by the government task lead. Examples of external agencies and exercises include: Expeditionary Operations Training Group (EOTG), Expeditionary Warfare Training Group Atlantic (EWTGLANT), Marine Corps Tactics & Operations Group (MCTOG), MAGTF Staff Training Program (MSTP), Marine Aviation Weapons and Tactics Squadron One (MAWTS-1), and Marine Corps University (MCU) (Amphibious Readiness Group/Marine Expeditionary Unit pre-deployment training, Weapons Tactics Instructor (WTI), Tactical MAGTF Integration Course (TMIC), Large Scale Exercise (LSE), Marine Expeditionary Force Exercise (MEFEX), Expeditionary Warfare School, and Command and Staff College). 13. Marine Corps Task List Analysis: The Contractor shall plan and incorporate IO and MISO requirements into the Marine Corps Task List (MCTL), unit Mission Essential Task Lists (METL), and the Training & Readiness (T&R) continuum. These fundamentals will be integrated into formal school Programs of Instruction and exercise Master Scenario Events Lists (MSELs). The contractor shall analyze emerging IO joint and service specific doctrine/policy for accuracy and completeness and recommend revisions. 14. Linguist/Analytical Support: Surge support for Task 11, above. This task requires language-related services including translation, transcription, interpretation, and monitoring capabilities in support of intelligence collection, and other operational missions. Task performance requires high-level language abilities to include CAT III proficiency, meeting the minimum criteria of Interagency Language Roundtable (ILR) Level 3 and proficiency in Web 2.0 and open source research. This includes knowledge of how languages interact with one another and their associated cognitive processes, experience in diplomatic and military arenas and global intelligences services. Services require dedicated and concurrent linguistic/analytical capabilities support in the AORs of Combatant Commands per mission requirements. (Optional Task) 15. Network Engineering Support: Supports the design, installation, testing and sustainment of the communication nodes, automated systems, and associated equipment. Qualified personnel shall be certified to a minimum of Information Assurance Technician (IAT) Level II as set forth in DOD 8140. (Microsoft Certified Information Technology Professional Server Administrator and CISCO certified network professional, or Extreme Networks Professional certification). (Optional Task) 16. IO/IRC Development Support: Requires proficiency, use and application of the following systems and processes: Marine Corps Expeditionary Force Development System, Joint Capabilities Integration and Development System (JCIDS), Planning Programming Budgeting & Execution (PPBE) process, Integrated Joint Special Technical Operations (IJSTO), and the Defense Acquisition System. Supporting personnel must pass a government sponsored polygraph for access to IJSTO and Special Access Programs (SAP). (Optional Task) SPECIAL REQUIREMENTS Contractor shall possess a current Top Secret Facility Clearance. Contractor personnel assigned to work on the contract are required to be U.S. citizens and shall possess at minimum, a current Single Scope Background Investigation (SSBI) and TS clearance with SCI eligibility. SOURCES SOUGHT: The anticipated North American Industry Classification System Code (NAICS) for this requirement is 541611 with the corresponding size standard of $15M. This Sources Sought Synopsis is requesting responses to the following criteria from all sources that can provide the required services under the NAICS Code and provide justification if it is believed that another NAICS fits this requirement more appropriately. To assist RCO-NCR in making a determination regarding the level of participation by small business in any subsequent procurement that may result from this Sources Sought, you are also encouraged to provide information regarding your plans to use joint venturing (JV) or partnering to meet each of the requirements areas contained herein. This includes responses from qualified and capable Small Businesses, Small Disadvantaged Businesses, Service Disabled-Veteran Owned Small Businesses, Women-owned Small Businesses, HUBZone Small Businesses, and 8(a) companies. You should provide information on how you would envision your company's areas of expertise and those of any proposed JV/partner would be combined to meet the specific requirements contained in this announcement. In order to make a determination for a small business set-aside, two or more qualified and capable small businesses must submit responses that demonstrate their qualifications. Responses must demonstrate the company's ability to perform in accordance with the Limitations on Subcontracting clause (FAR 52.219-14). SUBMISSION DETAILS: Responses must include: 1) Business name and address; 2) Name of company representative and their business title; 3) Type of Business; 4) Cage Code; 5) Facility Clearance Status 6) Contract vehicles that would be available to the Government for the procurement of the product and service, to include ENCORE II, General Service Administration (GSA), GSA MOBIS, NIH, NASA SEWP, Federal Supply Schedules (FSS), or any other Government Agency contract vehicle. (This information is for market research only and does not preclude your company from responding to this notice.) 7) Industries opinion whether this service is provided as Commercial or Non-commercial due to the distinctive requirements. Vendors who wish to respond to this sources sought should send responses via email NLT February 27, 2017 at 4:00 PM Eastern Daylight Time (EDT) to tommy.session@usmc.mil. Interested vendors should submit a brief capabilities statement package (no more than ten (10) pages) demonstrating ability to perform the services listed in this Technical Description. Documentation should be in bullet format. Proprietary information and trade secrets, if any, must be clearly marked on all materials. All information received that is marked Proprietary will be handled accordingly. Please be advised that all submissions become Government property and will not be returned. All government and contractor personal reviewing RFI responses will have signed non-disclosure agreements and understand their responsibility for proper use and protection from unauthorized disclosure of proprietary information as described 41 USC 423. The Government shall not be held liable for any damages incurred if proprietary information is not properly identified.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/805eee08251c1929ffb43658ac596c1e)
 
Place of Performance
Address: Quantico, Virginia, 22134, United States
Zip Code: 22134
 
Record
SN04405712-W 20170218/170216235032-805eee08251c1929ffb43658ac596c1e (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  © 1994-2020, Loren Data Corp.