Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 02, 2017 FBO #5700
SOURCES SOUGHT

R -- Operational Architecture Support Services - Sources Sought

Notice Date
6/30/2017
 
Notice Type
Sources Sought
 
NAICS
541611 — Administrative Management and General Management Consulting 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
M00264-17-SSA-0128
 
Archive Date
7/29/2017
 
Point of Contact
Marcus Whaley, Phone: 7037841900, Michael P. Bogatyr, Phone: 7034321782
 
E-Mail Address
marcus.whaley@usmc.mil, michael.bogatyr@usmc.mil
(marcus.whaley@usmc.mil, michael.bogatyr@usmc.mil)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
Sources Sought Annoucement Sources Sought Annoucement SOURCES SOUGHT ANNOUNCEMENT The Marine Corps Installation Command National Capital Regional - Regional Contracting Office -(MCINCR - RCO), Marine Corps Base, Quantico, VA is seeking sources for Operational Architecture Support Services. CONTRACTING OFFICE ADDRESS: United States Marine Corps Installations, National Capital Region - Regional Contracting Office (MCINCR-RCO), 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 Certified 8(a) small businesses, to provide the required products and/or services. The Marine Air Ground Task Force (MAGTF) Integration Division (MID), Operational Architecture Branch (OABranch) is seeking information for potential sources to provide Department of Defense Architecture Framework ( DoDAF ) Integrated Architecture Descriptions, analytical and engineering, managerial, and administrative support to the Director, CDD, HQMC CD&I. Critical capabilities within this effort include the development of comprehensive Operational and Capabilities Architectures modeling As-Is and To-Be ( emerging ) Marine Corps, Naval, and Joint Concepts in support of Joint Capability Integration Development System ( JCIDS ) and capabilities development. This effort also includes supporting command-level oversight of operational and capability architecture development and integration within the command. 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:M00264-17-C-0004 Contract Type: FFP Incumbent and their size: SimIS, Inc., Small Business Method of previous acquisition: 8a certified set aside, sole source The OA Branch is responsible for preparing and maintaining critical DoDAF Architecture Descriptions (views and supporting data) in support of the Joint Capability Integration Development System (JCIDS), commonly referred to as Solution Architecture. Additionally, the OA Branch is responsible for Defense Business Systems (DBS) Architecture Description development. Each Architecture Description is modeled (with the data at the required level of granularity) to address the desired aspect, utilizing appropriate engineering principles, in order to be ultimately used for the purpose of analysis and assessment. Additional responsibilities within the OA Branch is to provide support for the Marine Corps Enterprise Architecture (EA), Segment Architecture, Mission Thread Architecture, and support to the Enterprise Capability Based Assessment and Capability Portfolio Management functions of CD&I. Preponderance of support will be offsite at contractor facility with limited onsite support at Capabilities Development Directorate (CDD), Combat Development and Integration, (CD&I)), Quantico, VA. The Government anticipates that this requirement will be awarded with the following period of performance: February 2018 - February 2022: base year and three (3) twelve (12) month option periods. General Requirements: Support requirements include the development of DoDAF and Marine Corps compliant operational and capability views of integrated architectures supporting JCIDS, DBS, and ISP documentation. The JCIDS process is initiated through the execution of the Marine Corps CBA, which includes capability modeling across the Marine Corps Enterprise. Further support is the development and maintenance of architectures supporting the Marine Corps Enterprise Architecture and Segment Architectures. Support for the development and maintenance of Marine Corps Mission Thread Architectures, within and across the Marine Corps Segments, which in turn will form the basis for and populate the Marine Corps Mission Thread Library is also required. Mission Thread Architectures will detail capabilities, align to mission threads developed by the Joint Staff, and facilitate Marine Corps task analyses within CD&I. Lastly, is the development of Segment Architectures to support CPM across the Marine Corps Enterprise. This effort is divided between the development of the MAGTF Operational Segment Architectures and the development and analysis of operational and capability views supporting specific solution-level architectures. Objectives for this requirement include: 1) provide JCIDS Architecture support, 2) provide DBS Architecture support 3) develop Marine Corps Mission Threads, 4) develop Marine Corps Segment Architecture, 5) support of Enterprise Architectures (EA), 6) provide Modeling and Simulation capability of developed architectural products, and 7) support maturation of Architecture guidance and policy..1.1 Task 1: JCIDS Architecture Support 2.1.1.1 The Contractor shall develop and deliver Marine Corps integrated solution level capability and operational Architecture Descriptions across CDD, MARCORSYSCOM, Service and Joint operational communities, which support the Joint Capabilities Integration and Development System (JCIDS) and ISP documentation, Key Performance Parameters (KPPs), and specified fit-for-purpose architecture views in accordance with the JCIDS and DAS processes resulting in approximately 30-32 Architecture Descriptions annually. 2.1.1.2 The Contractor shall perform the Quality Assurance and Quality Control (QA/QC)) review of all Marine Corps operational and capability Architecture Descriptions and architecture data managed by OA Branch for correctness and conformity to the current versions of the Marine Corps Architecture Development Guide (ADG) and DoDAF and ensure that the data is properly archived and accessible in the authoritative data environment(s) in use. The OA Branch anticipates an average of 64 QA/QC reviews (maximum of 01-02 reviews for each required review step during development). All Architecture Descriptions shall be checked for compliancy and completeness and any inconsistencies shall be documented on a Comment Resolution Matrix (CRM) for adjudication. 2.1.1.3 The Contractor shall design architecturally based computer-aided graphics that that support JCIDS Architecture development and accurately depict the mission, class of mission, or scenario as determined by the OA Branch Lead and the Capability Integration Officer and/or CD&I appointed representative. The annual result will be approximately 30-32 computer-aided graphics aligned to the developed Architecture Descriptions. 2.1.1.4 (OPTION) The Contractor shall continue to develop and deliver Marine Corps integrated solution level capability and operational Architecture Descriptions across CDD, MARCORSYSCOM, Service and Joint operational communities, which support the Joint Capabilities Integration and Development System (JCIDS) and ISP documentation, Key Performance Parameters (KPPs), and specified fit-for-purpose architecture views in accordance with the JCIDS and DAS processes resulting in approximately additional 05-06 Architecture Descriptions annually. 2.1.1.5 (OPTION) The Contractor shall perform the Quality Assurance and Quality Control (QA/QC)) review of all Marine Corps operational and capability Architecture Descriptions and architecture data managed by OA Branch for correctness and conformity to the current versions of the Marine Corps Architecture Development Guide (ADG) and DoDAF and ensure that the data is properly archived and accessible in the authoritative data environment(s) in use. The OA Branch anticipates an average of 12 QA/QC reviews (maximum of 01-02 reviews for each required review step during development). All Architecture Descriptions shall be checked for compliancy and completeness and any inconsistencies shall be documented on a Comment Resolution Matrix (CRM) for adjudication. 2.1.1.6 (OPTION) The Contractor shall design architecturally based computer-aided graphics that that support JCIDS Architecture development and accurately depict the mission, class of mission, or scenario as determined by the OA Branch Lead and the Capability Integration Officer and/or CD&I appointed representative. The annual result will be approximately 05-06 computer-aided graphics aligned to the developed Architecture Descriptions. 2.1.1.7 (OPTION) The Contractor shall continue to develop and deliver Marine Corps integrated solution level capability and operational Architecture Descriptions across CDD, MARCORSYSCOM, Service and Joint operational communities, which support the Joint Capabilities Integration and Development System (JCIDS) and ISP documentation, Key Performance Parameters (KPPs), and specified fit-for-purpose architecture views in accordance with the JCIDS and DAS processes resulting in approximately additional 05-06 Architecture Descriptions annually. 2.1.1.8 (OPTION) The Contractor shall perform the Quality Assurance and Quality Control (QA/QC)) review of all Marine Corps operational and capability Architecture Descriptions and architecture data managed by OA Branch for correctness and conformity to the current versions of the Marine Corps Architecture Development Guide (ADG) and DoDAF and ensure that the data is properly archived and accessible in the authoritative data environment(s) in use. The OA Branch anticipates an average of 12 QA/QC reviews (maximum of 01-02 reviews for each required review step during development). All Architecture Descriptions shall be checked for compliancy and completeness and any inconsistencies shall be documented on a Comment Resolution Matrix (CRM) for adjudication. 2.1.1.9 (OPTION) The Contractor shall design architecturally based computer-aided graphics that that support JCIDS Architecture development and accurately depict the mission, class of mission, or scenario as determined by the OA Branch Lead and the Capability Integration Officer and/or CD&I appointed representative. The annual result will be approximately 05-06 computer-aided graphics aligned to the developed Architecture Descriptions. 2.1.2 Task 2: Defense Business System (DBS) Architecture Support. Functional Area Managers (FAMs) are responsible for Information Technology (IT )portfolio alignment by Functional Areas (or capabilities) aligns IT investments with the needs of the warfighter, intelligence and business activities that support the warfighting functions, and provides a method to categorize, understand, and manage Marine Corps IT portfolios. FAMs document IT investments and acquisitions, identify the best mix of IT investments to achieve outcome goals and plans, as well as transition to the "To-Be" architecture. FAMs work with Capabilities Integration Officers (CIOs), Program Managers (PMs), and Subject Matter Experts (SMEs) to consolidate and enhance IT portfolios. 2.1.2.1 The Contractor shall develop and deliver Marine Corps integrated solution level Capability and Operational Architecture Descriptions of requirements identified as Defense Business Systems (DBS) and in support of by CD&I, CIOs, and the FAMs. These requirements can range across the entire Marine Corps Enterprise. It is anticipated that the DBS architecture support requirement will be satisfied with 8-10 Architecture Descriptions. 2.1.2.2 The Contractor shall perform the Quality Assurance and Quality Control (QA/QC)) review of all Marine Corps operational and capability DBS Architecture Descriptions and architecture data managed by OA Branch for correctness and conformity to the current versions of the Marine Corps Architecture Development Guide (ADG) and DoDAF and ensure that the data is properly archived and accessible in the authoritative data environment(s) in use. The OA Branch anticipates an average of 20 QA/QC reviews (maximum of 01-02 reviews for each required review step during development). All Architecture Descriptions shall be checked for compliancy and completeness and any inconsistencies shall be documented on a Comment Resolution Matrix (CRM) for adjudication. 2.1.2.3 The Contractor shall design architecturally based computer-aided graphics that that support DBS Architecture development and accurately depict the mission, class of mission, or scenario as determined by the OA Branch Lead and Chief Business Architect or designated representative, and/or the Capability Integration Officer or CD&I appointed representative (if applicable). The annual result will be approximately 08-10 computer-aided graphics aligned to the developed Architecture Descriptions. 2.1.2.4 (OPTION) The Contractor shall develop and deliver Marine Corps integrated solution level Capability and Operational Architecture Descriptions of requirements identified as Defense Business Systems (DBS) and in support of by CD&I, CIOs, and the FAMs. These requirements can range across the entire Marine Corps Enterprise. It is anticipated that the DBS architecture support requirement will be satisfied with 4-5 Architecture Descriptions. 2.1.2.5 (OPTION) The Contractor shall perform the Quality Assurance and Quality Control (QA/QC)) review of all Marine Corps operational and capability DBS Architecture Descriptions and architecture data managed by OA Branch for correctness and conformity to the current versions of the Marine Corps Architecture Development Guide (ADG) and DoDAF and ensure that the data is properly archived and accessible in the authoritative data environment(s) in use. All Architecture Descriptions shall be checked for compliancy and completeness and any inconsistencies shall be documented on a Comment Resolution Matrix (CRM) for adjudication. The OA Branch anticipates an average of 10 CRMs (one to two CRMs maximum for each required review step during development). 2.1.2.6 (OPTION) The Contractor shall design architecturally based computer-aided graphics that that support DBS Architecture development and accurately depict the mission, class of mission, or scenario as determined by the OA Branch Lead and Chief Business Architect or designated representative, and/or the Capability Integration Officer or CD&I appointed representative (if applicable). The annual result will be approximately 04-05 computer-aided graphics aligned to the developed Architecture Descriptions. 2.1.2.7 (OPTION) The Contractor shall develop and deliver Marine Corps integrated solution level Capability and Operational Architecture Descriptions of requirements identified as Defense Business Systems (DBS) and in support of by CD&I, CIOs, and the FAMs. These requirements can range across the entire Marine Corps Enterprise. It is anticipated that the DBS architecture support requirement will be satisfied with 4-5 Architecture Descriptions. 2.1.2.8 (OPTION) The Contractor shall perform the Quality Assurance and Quality Control (QA/QC)) review of all Marine Corps operational and capability DBS Architecture Descriptions and architecture data managed by OA Branch for correctness and conformity to the current versions of the Marine Corps Architecture Development Guide (ADG) and DoDAF and ensure that the data is properly archived and accessible in the authoritative data environment(s) in use. All Architecture Descriptions shall be checked for compliancy and completeness and any inconsistencies shall be documented on a Comment Resolution Matrix (CRM) for adjudication. The OA Branch anticipates an average of 10 CRMs (one to two CRMs maximum for each required review step during development). 2.1.2.9 (OPTION) The Contractor shall design architecturally based computer-aided graphics that that support DBS Architecture development and accurately depict the mission, class of mission, or scenario as determined by the OA Branch Lead and Chief Business Architect or designated representative, and/or the Capability Integration Officer or CD&I appointed representative (if applicable). The annual result will be approximately 04-05 computer-aided graphics aligned to the developed Architecture Descriptions. 2.1.3 Task 3: Marine Corps Mission Threads Development. Marine Corps Mission Threads model MAGTF and other Service operations that are performed to support specific operational capability(s) as identified by Chief Operational Architect. The key facet of support is the development of views that depict specific identified mission threads. 2.1.3.1 The Contractor shall develop Mission Thread Architecture Descriptions in support of identified current and future Marine Corps Missions, current and projected capabilities, and operational activities and tasks for Marine Corps mission requirements in support of the As-Is and Objective Force. This requires utilizing the government's capability data environments (as applicable) and other authoritative sources of capability data to source the current and conceptual operational performers, tasks, resources relevant to Marine Corps mission capabilities and developing architecture views that depict identified Marine Corps concepts and scenarios. Development will also support the Marine Corps Enterprise Integration Plan (MCEIP) and CBA efforts. The views may focus on the Defense Planning Scenarios used for Capabilities Development for that particular Program Objective Memorandum (POM) year. Additionally, the Contractor shall maintain the currency of the Marine Corps Mission Thread Library while producing operational and capability views depicting Marine Corps required and desired capabilities including resource exchanges and resource elements associated with all Marine Corps operational activities and tasks. It is anticipated that 14-16, operational Mission Thread Architecture Descriptions with various complexities will be produced and included in the library. 2.1.3.2 The Contractor shall perform the Quality Assurance and Quality Control (QA/QC)) review of all Marine Corps Mission Thread Architecture Descriptions and architecture data managed by OA Branch for correctness and conformity to the current versions of the Marine Corps Architecture Development Guide (ADG) and DoDAF and ensure that the data is properly archived and accessible in the authoritative data environment(s) in use. The OA Branch anticipates an average of 32 QA/QC reviews. All Architecture Descriptions shall be checked for compliancy and completeness and any inconsistencies shall be documented on a Comment Resolution Matrix (CRM) for adjudication. The Contractor shall review and modify, as needed the valid and verifiable architecture documentation based on Marine Corps Authoritative Data Sources and guidance. 2.1.3.3 The Contractor shall design architecturally based computer-aided graphics that that support Mission Thread Architecture development and accurately depict the mission, class of mission, or scenario as determined by the OA Branch Lead and Chief Business Architect or designated representative, and/or the Capability Integration Officer or CD&I appointed representative (if applicable). The annual result will be approximately 14-16 computer-aided graphics aligned to the developed Architecture Descriptions. 2.1.3.4 (OPTION) The Contractor shall develop Mission Thread Architecture Descriptions in support of identified current and future Marine Corps Missions, current and projected capabilities, and operational activities and tasks for Marine Corps mission requirements in support of the As-Is and Objective Force. This requires utilizing the government's capability data environments (as applicable) and other authoritative sources of capability data to source the current and conceptual operational performers, tasks, resources relevant to Marine Corps mission capabilities and developing architecture views that depict identified Marine Corps concepts and scenarios. Development will also support the Marine Corps Enterprise Integration Plan (MCEIP) and CBA efforts. The views may focus on the Defense Planning Scenarios used for Capabilities Development for that particular Program Objective Memorandum (POM) year. Additionally, the Contractor shall maintain the currency of the Marine Corps Mission Thread Library while producing operational and capability views depicting Marine Corps required and desired capabilities including resource exchanges and resource elements associated with all Marine Corps operational activities and tasks. It is anticipated that 05-06 operational Mission Thread Architecture Descriptions with various complexities will be produced and included in the library. 2.1.3.5 (OPTION) The Contractor shall perform the Quality Assurance and Quality Control (QA/QC)) review of all Marine Corps Mission Thread Architecture Descriptions and architecture data managed by OA Branch for correctness and conformity to the current versions of the Marine Corps Architecture Development Guide (ADG) and DoDAF and ensure that the data is properly archived and accessible in the authoritative data environment(s) in use. The OA Branch anticipates an average of 12 QA/QC reviews. All Architecture Descriptions shall be checked for compliancy and completeness and any inconsistencies shall be documented on a Comment Resolution Matrix (CRM) for adjudication. The Contractor shall review and modify, as needed the valid and verifiable architecture documentation based on Marine Corps Authoritative Data Sources and guidance. 2.1.3.6 (OPTION) The Contractor shall design architecturally based computer-aided graphics that that support Mission Thread Architecture development and accurately depict the mission, class of mission, or scenario as determined by the OA Branch Lead and Chief Business Architect or designated representative, and/or the Capability Integration Officer or CD&I appointed representative (if applicable). The annual result will be approximately 05-06 computer-aided graphics aligned to the developed Architecture Descriptions. 2.1.4 Task 4: (OPTION) Marine Corps Segment Architecture Development 2.1.4.1 (OPTION) The Contractor shall deliver 01-02 Segment Architecture Descriptions that model the Marine Corps Segment Architecture Descriptions and support Capability Portfolio Management (CPM). 2.1.4.2 (OPTION) The Contractor shall review and modify, as needed the valid and verifiable Segment Architecture documentation based on Marine Corps Authoritative Data Sources to ensure Capabilities are properly captured across the given Segment IAW guidance from the OA Branch and the relevant Capability Portfolio Manager. 2.1.4.3 (OPTION) The Contractor shall deliver 01-02 Segment Architecture Descriptions that model the Marine Corps Segment Architecture Descriptions and support Capability Portfolio Management (CPM). 2.1.4.4 (OPTION) The Contractor shall review and modify, as needed the valid and verifiable Segment Architecture documentation based on Marine Corps Authoritative Data Sources to ensure Capabilities are properly captured across the given Segment IAW guidance from the OA Branch and the relevant Capability Portfolio Manager. 2.1.5 Task 5: (OPTION) Enterprise Architecture (EA) Support. 2.1.5.1 (OPTION) The Contractor shall deliver DoDAF Views of the Marine Corps Enterprise in support of the current Fiscal Year (FY) Marine Corps Enterprise Architecture Implementation Plan. The views shall represent current AS-IS and future TO-BE capabilities as described by Expeditionary Force 21 and follow-on strategic guidance as it may become available. The views will be used to support the Marine Corps Enterprise Architecture (EA), as well as other strategic level documents and will model the Enterprise and be the baseline to which Solution and Segment Architecture Descriptions will align to. DoDAF views developed supporting the Enterprise shall include, but may not be limited too, All Viewpoints 1 and 2, Capability Viewpoints 1, 2, and 5, Operational Viewpoints 1, 2, and 4, and Data and Information View 1. Due to the size and complexity of the Enterprise, it may be necessary to develop multiple versions of the same view. EA Architecture Description may include CPM-related institutional processes views depicting the multiple processes used for Capability (Force) development using Business Process Modeling Notation (BPMN), Capability Views, and other views as appropriate while maintaining alignment with the Joint Capability Areas (JCAs). Support may also involve development or updates to Enterprise Architecture Descriptions in response to the Command's Decision Support Tool or Dynamic Force Development Optimization Platform (DFDOP) input requirements, or in response to the Tool/Platform's results/outputs in support of the Office of Strategic Management (OSM). It is anticipated that two sets of Architecture Descriptions will be required annually but requirement may be further defined as efforts mature. 2.1.5.2 (OPTION) The Contractor shall review and modify, as needed the valid and verifiable Enterprise Architecture documentation based on Marine Corps Authoritative Data Sources to ensure Capabilities are properly captured across the Enterprise IAW guidance from the OA Branch and the Chief Enterprise Architect or designated representative. 2.1.6 Task 6: (OPTION) Architecture Data Analytic Support 2.1.6.1 The Contractor shall provide a Business/Architectural Data Analyst to conduct Enterprise Resource Planning (ERP) and architecture analysis using static analysis, dynamic analysis, and (possibly) experimental analysis. Analyst will adapt functional business requirements of CDD and processes (via architecture data) to technical solutions based upon comprehensive enterprise application solution data sets. Business/Architectural Data Analyst will be have a proficient understanding and working knowledge of Enterprise resource planning and management processes, including but not limited to: knowledge management, investment analysis, data warehousing, return on investment analysis, human resource analysis, material management and logistics, supply chain management, procurement, ordering, manufacturing, decision support, and information dissemination. 2.1.6.2 The Contractor shall review and modify, as needed the valid and verifiable architecture related databases based on Marine Corps Authoritative Data Sources to ensure Capabilities Data is properly archived/recovered from after capture from across the Enterprise IAW guidance from the OA Branch and the Chief Enterprise Architect or designated representative. Additionally, provide analytical reports of Architecture Descriptions and their supporting capability data sets. SPECIAL REQUIREMENTS The Contractor is expected to have a working knowledge of the current DoDAF, DM2, and the business processes in which CD&I is participating and must possess the ability to scope customer requirements and completely capture them within each Architecture Description while complying with the intent and requirements of the DoDAF and OA Branch, CD&I and applicable policy and guidance (i.e., USMC Architecture Development Guide (ADG), MCO 5230.20, etc.). The Contractor must be able to address the four levels of architecture; Enterprise, Segment, and Solution. In addition, the Contractor must be able to support Mission Thread Architecture development. Work efforts in support of this task effort will be accomplished primarily off-site at the Contractor's facilities. Upon visiting the Government site, the Contractor shall be responsible for parking in marked Contractor spaces with appropriately displayed stickers on vehicles, or using other designated parking areas. The Contractor shall provide facilities for meetings, Interim Progress Review (IPRs) (of 10-30 personnel), as well as a suitable infrastructure to manage program requirements (document library, databases, web site) throughout the course of performance to support the scope of activities. Such facilities are not reimbursed as ODCs. Laptops, cellular equipment/services, and other items of convenience are not reimbursable as ODCs. Government printing requirements are MANDATED to use Defense Document Services, 1-877-DAPS-CAN. All travel in support of this contract will be considered local travel in and around MCB Quantico, Virginia. There is no provision for reimbursement included for this procurement. Security Requirements. ALL CONTRACTOR PERSONNEL REQUIRING ACCESS TO CLASSIFIED INFORMATION AND ASSIGNED TO THIS PROGRAM SHALL POSSESS A SECRET CLEARANCE. The Contractor shall have a valid Secret Facility Clearance prior to classified performance or classified meetings at the Contractor's facility. The Government shall assist the Contractor in gaining access to Government agencies and installations related to the systems in question. The Contractor shall ensure that the employees are on the approved Government access list prior to entering any access controlled area. The Contractor shall notify the Government by written notice within twenty-four hours of Contractor personnel are to be added or removed from the access control list. The Contractor shall be required to store, access and handle unclassified and classified (up to the SECRET level). "Qualified United States (U.S.) Contractors" per DoD Directive 5220.22-M Chapter 2 Section 2. Qualified U.S. Contractors are restricted to U.S. citizens, persons admitted lawfully into the United States for permanent residence, and are located in the United States. All personnel identified on the certification and/or supporting this contract shall be in compliance with DoD, Department of the Navy (DoN), and Marine Corps Information and Personnel Security Policy to include completed background investigations (as required) prior to classified performance. This contract shall include a DoD Contract Security Classification Specification (DD-254 Form) as an attachment. The Contractor shall have a valid Secret Facility Clearance prior to classified performance or classified meetings at the Contractor's facility. The Government shall assist the Contractor in gaining access to Government agencies and installations related to the systems in question. The Contractor shall ensure that the employees are on the approved Government access list prior to entering any access controlled area. The Contractor shall notify the Government by written notice within twenty-four hours of Contractor personnel are to be added or removed from the access control list. The Contractor shall be required to store, access and handle unclassified and classified (up to the SECRET level). Overarching security requirements and Contractor access to classified information shall be specified in the DD-254 form. Security management, inclusive of retention of clearances and document handling/storage, are to be considered as part of the contractor's indirect base. The Government will not be responsible for getting subcontract companies cleared through any security measures. The Government will sponsor the Contractor's access to other Government facilities as required. Additional Contractor badging requirements will be delineated on the DD-254. The Government shall also provide the Contractor access to NATO and Secured Internet Protocol Router Network (SIPRNet) at the Government facility located at Raymond G. Davis Building, 3300 Russell Road, Quantico, VA 22134. SOURCES SOUGHT: The anticipated North American Industry Classification System Code (NAICS) for this requirement is 541611, Administrative Management and General Management Consulting, w ith the corresponding size standard of 15M. This Sources Sought Synopsis is requesting responses to the following criteria ONLY from certified 8a small businesses that can provide the required services under the NAICS Code. To assist MCINCR-RCO 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. 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) 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.) Vendors who wish to respond to this sources sought should send responses via email NLT 14 July 2017 10:00 AM Eastern Daylight Time (EDT) to marcus.whaley@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/spg/DON/USMC/M00264/M00264-17-SSA-0128/listing.html)
 
Place of Performance
Address: CONTRACTING OFFICE ADDRESS: United States Marine Corps Installations, National Capital Region – Regional Contracting Office (MCINCR-RCO), 2010 Henderson Rd, Quantico, Virginia, 22134, United States
Zip Code: 22134
 
Record
SN04565421-W 20170702/170630235251-41ec8dd30d9f8f8eabaa457c6e16b08f (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.