Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 13, 2017 FBO #5650
SOLICITATION NOTICE

D -- RFI for TCSI II - Package #1

Notice Date
5/11/2017
 
Notice Type
Presolicitation
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Department of the Navy, United States Marine Corps, MARCORSYSCOM, 2200 Lester Street, Quantico, Virginia, 22134, United States
 
ZIP Code
22134
 
Solicitation Number
M67854-17-R-4815
 
Archive Date
8/31/2017
 
Point of Contact
Courtney Knight, Phone: 7037846556
 
E-Mail Address
Courtney.Knight@usmc.mil
(Courtney.Knight@usmc.mil)
 
Small Business Set-Aside
N/A
 
Description
TCSI II SW Development PWS - Draft TCSI II Overarching PWS - Draft REQUEST FOR INFORMATION 1. The Marine Corps Systems Command (MARCORSYSCOM) Program Manager, Information Systems and Infrastructure (PM ISI), Product Manager, Total Force Information Technology Systems (PdM TFITS), has a requirement for Post Deployment Systems Support (PDSS) and limited Software Development (for engineering changes, upgrades, etc.) in support of the TFITS portfolio of systems. This market research/announcement is a Request for Information (RFI) only. NO SOLICITATION DOCUMENT EXISTS. If MARCORSYSCOM decides to pursue this support, there will be a separate, subsequent Request for Proposal (RFP) published. The information provided in this RFI is subject to change and is not binding on the Government. 2. PdM TFITS' primary objective is to continue providing needed Marine Corps Information Technology (IT) systems in an environment of declining budgets. One initiative is to reduce the number of Systems Integrators (SIs) supporting programs within the PdM TFITS portfolio of systems. The attached draft Performance Work Statement (PWS) provides requirements for the transfer and performance of SI services, currently provided by multiple SIs, to a single SI with the objectives to eliminate redundancy, improve utilization of SI resources, standardize business processes, improve process and product quality, and reduce Marine Corps lifecycle ownership costs. SI services will include, but may not be limited to: • System Transition (transition of SI responsibilities and any hardware/software systems) • Post Deployment System Support • Software Development 3. The attached draft IDIQ and Software Development PWS are provided for industry review and feedback. Address any questions to the POC listed below. In your response please address the following: 1. Can your firm perform the work described by the PWS? If so, please provide a capability statement, or other relevant information, identifying your experience in providing concurrent PDSS and software development support to multiple systems and establishing and sustaining a test and development environment that can support USMC IT systems requirements. If your firm cannot support the requirement, please do not submit a response to this RFI. 2. Provide recommendations as to how the Government will ensure that the FY17 Navy Small Business Goals are being met? 3. Provide recommendations as to how the Government will execute a transition of PDSS support for 15 systems from a current consolidated contract to a new consolidated award? These 15 systems have common periods of performance and the Government may or may not have the capability to adjust the periods of performance of the individual systems. The Government is considering options for the transition of the systems as either a single block or in multiple blocks and is seeking input from industry on recommended approaches. 4. Indicate whether you are a large or small business. If small, please indicate if your firm qualifies under one or more of the various small business programs (e.g., 8(a), HUBZone, SDVOSB, etc.). 5. This effort will require offerors to have a Top Secret facility security clearance. Does your firm have a facility clearance and if so, what level? 6. Most employees will also be required to have a Secret security clearance and some will be required to have Top Secret security with NATO clearance. Can your firm provide employees with required security clearances? 7. Does your firm have a Capability Maturity Model Integration (CMMI) certification, if so what is your firm's CMMI certification level? Do you have a recommendation for an appropriate CMMI (or equivalent) certification for a requirement of this size, scope, and complexity? 4. MARCORSYSCOM will not pay or provide reimbursement for any costs incurred in the preparation or delivery of responses to this request for information. Industry firms capable of providing the required support are invited to submit a response to this notice. Firms should include literature, brochures, price lists, and capabilities summaries limited to 20 pages directly addressing their ability to meet the aforementioned requirements. The North American Industry Classification System (NAICS) code for this effort is 541519, "Other Computer Related Services." Firms shall indicate their business size based upon NAICS code 541519. Comments regarding the appropriateness of this NAICS code or alternate NAICS codes are also welcomed. The Marine Corps will use the results of this announcement to determine what capabilities exist in the marketplace to fulfill the Government's requirements outlined above. Interested firms are requested to respond NLT 12 June 2017. Submissions will be in Microsoft Office compatible format. Interested sources should respond via email to: Courtney Knight, Marine Corps Systems Command, MCSC_ISI@usmc.mil. Questions regarding this RFI are encouraged but should be submitted via email to the above address no later than 26 May 2017 by 12 pm local time. Government responses to any questions submitted will be posted as an amendment to this RFI. IN ACCORDANCE WITH FAR 15.202(E), RESPONSES TO THIS NOTICE ARE NOT AN OFFER AND CANNOT BE ACCEPTED BY THE GOVERNMENT TO FORM A BINDING CONTRACT. RESPONDERS ARE SOLELY RESPONSIBLE FOR ALL EXPENSES ASSOCIATED WITH RESPONDING TO THIS RFI. THE SUBMISSION OF THIS INFORMATION IS FOR PLANNING PURPOSES ONLY AND IS NOT TO BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT TO PROCURE ANY ITEMS/SERVICES, NOR FOR THE GOVERNMENT TO PAY FOR THE INFORMATION RECEIVED. FURTHER, THE GOVERNMENT IS NOT SEEKING PROPOSALS AT THIS TIME AND WILL NOT ACCEPT UNSOLICTED PROPOSALS. NOT RESPONDING TO THIS RFI DOES NOT PRECLUDE PARTICIPATION IN ANY FUTURE RFP, IF ANY IS ISSUED. ALL INFORMATION RECEIVED IN RESPONSE TO THIS RFI THAT IS CLEARLY MARKED PROPRIETARY WILL BE HANDLED ACCORDINGLY. RESPONSES TO THE RFI WILL NOT BE RETURNED.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/Contracts_Office_CTQ8/M67854-17-R-4815/listing.html)
 
Record
SN04506030-W 20170513/170512000658-e909271f09d7d51190526d61a7cd695a (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.