Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 12, 2017 FBO #5741
SOURCES SOUGHT

R -- Professional Support Services for Capabilities Development Directorate - Draft PWS - Sources Sought - Package #3

Notice Date
8/10/2017
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering 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
MCINCR-RCO-SSA-0131
 
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
N/A
 
Description
SOURCES SOUGHT ANNOUNCEMENT Marine Corps Installations, Northern Capital Region-Regional Contracting Office (MCINCR-RCO), Marine Corps Base, Quantico, VA is seeking sources for Capabilities Development Directorate (CDD) Support Services. CONTRACTING OFFICE ADDRESS: Quantico, VA 22134 INTRODUCTION: This is a SOURCES SOUGHT ANNOUNCEMENT to conduct market research and determine the availability and technical capability of all sources to provide the required services. The MCINCR-RCO is seeking information for potential sources for technical, analytical, and engineering services for the development of Joint Capabilities Integration and Development System (JCIDS) documents and capability analysis for Capabilities Development Directorate (CDD ), Deputy Commandant Combat Development and Integration (DC CD&I), Marine Corps Base (MCB), Quantico, VA 22134. 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: M00264-15-C-1027, M00264-15-F-0131, and M00264-15-F-0125 Contract Type: Firm Fixed Price (FFP) Contractor: Strategic Ventures Consulting Group (SVCG) (1027), Vickers and Nolan Enterprises (0131), and Advanced Management Strategies Group (AMSG) (0125) Method of previous acquisition: Full and open competition. Contract Number: M00264-10-A-0020, 0021, 0022 Contract Type: Firm Fixed Price (FFP) Contractor: Northrup Grumman (0020), Booz Allen Hamilton (0021), and General Dynamics (0022) Method of previous acquisition: Full and open competition CDD supports the DC, CD&I by developing and integrating war fighting capabilities solutions enabling an effective Marine Corps capability to respond to strategic challenges and opportunities. CDD provides subject matter experts in the areas of: Command and Control, Cyber, Electronic Warfare, Information Operations, Space and Information Warfare, Fires and Maneuvers, Force Protection, Intelligence, Logistics, Marine Air Ground Task Force (MAGTF) Integration, Total Force Structure, Seabasing, and Expeditionary Energy. In consideration of overarching national strategic and service guidance and concepts development, the Directorate conducts analysis across the complete spectrum of Doctrine, Organization, Training, Materiel, Leadership, Personnel, Facilities, and Policy (DOTMLPF-P). The identification of Enterprise-wide capabilities, gaps, capability excesses, solutions, and risk areas is incorporated into the development of the Marine Corps Enterprise Integration Plan (MCEIP) and other capabilities development documents (i.e. (Joint Capability Integration Development System (JCIDS)), and the management of Universal Needs Statements (UNS) requiring vigilant and dedicated coordination by respective subject matter experts supported by a business infrastructure with which to further capability development from concept to acquisition and fielding. Additionally, the Directorate is responsible for the process, management, development and maintenance of all Service doctrine and participation in Joint and allied doctrine publication development as well as the management of the Marine Corps Task List (MCTL) and all mission essential tasks (METS). The anticipated period of performance is 5 years and would begin on or after April of 2018. Preponderance of support will be offsite at contractor facilities with limited onsite support at Capabilities Development Directorate (CDD), Quantico, VA. The contract type will be a Firm Fixed Price (FFP) multiple award Indefinite Delivery/Indefinite Quantity (IDIQ) contract. The IDIQ contract will consist of multiple task areas/CLINs and cost reimbursable CLINs for Travel. The current strategy, subject to change and approval, is to award approximately four (4) IDIQ contracts. REQUIRED CAPABILITIES: CDD has a requirement for technical, analytical, and engineering support. Critical capabilities within this effort include the development of comprehensive Joint Capabilities Integration and Development System (JCIDS) documents and analysis of existing capabilities to define capability gaps, capability needs, and approaches to provide those capabilities within a specified functional or operational area. The Marine Corps Capabilities Based Assessment (MC CBA) process is conducted in accordance with MCO 3900.20. This effort will support both recurring and ad hoc requirements to provide JCIDS and MC CBA assessment components (Capability Analysis, Gap Analysis, Solutions Analysis, and Risk Analysis) and conduct assessments of training and education standards development. The Contractor shall demonstrate their ability to support the identification and coordination of customer requirements based upon considerations of program complexity, acquisition phase, and operational levels of interface based upon requests from Capabilities Integration Officers (CIOs) in support of the JCIDS and MC CBA mission, or in response to requests from Program Managers (PM's) in support of their acquisition documents. Additionally, the Contractor shall demonstrate an ability to understand the Service doctrine process in accordance with MCO 5600.20P, Marine Corps Doctrinal Publication System, McBul 5603, Marine Corps Doctrinal Assignments and the Marine Corps Doctrine Style Guide. Collectively, such requirements can be categorized into the following functional performance areas: - Technical Support to CDD Divisions - JCIDS, MC CBA Process Support (to include doctrine authorship and management) - Program Operations, Management & External Communications SPECIAL REQUIREMENTS A minimum Secret clearance is required to support all areas within CDD unless otherwise specified. A TS/SCI clearance may be required to support the following areas: C2, Cyber, EW, Space, and IO as well as Intel with emphasis on specific Intelligence, Surveillance, and Reconnaissance (ISR) areas: (1) Human Intelligence (HUMINT); (2) Signals Intelligence (SIGINT); (3) Imagery Intelligence (IMINT) and (4) Intelligence System (IS). Personnel that may be required to have a Top Secret/Sensitive Compartmentalized Information (TS/SCI) clearance must have an in scope, favorable, Single Scope Background Investigation (SSBI) adjudicated for SCI eligibility (no conditions or waivers). SOURCES SOUGHT: The government is considering several qualifying North American Industry Classification System Code (NAICS) for this requirement 541330 and 541611. This Sources Sought Announcement is requesting responses to the following criteria and attached draft PWS from all sources that can provide the required services under the NAICS 541330 or 541611. Industry input on the qualifying NAICS is requested and a detailed rationale supporting your NAICS code selection for the requirement. (see Submission Details below) 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. 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) 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.) •6) The Contracting Officer seeks information from industry as to whether a capability exists as a commercial or non-commercial available service. •7) Type of accounting system. Is it DCAA approved? •8) Please specify the NAICS code you believe best fits this requirement and provide detailed supporting rationale. The government is considering the 541330 or 541611 NAICS codes. •9) Brief overview of your firm's capabilities and available resources demonstrating the ability to meet the requirements of the attached draft PWS (subject to change) Vendors who wish to respond to this Sources Sought should send responses via email to Marcus Whaley, marcus.whaley@usmc.mil NLT 10:00 AM Eastern Daylight Time (EDT) 17 August 2017. Interested vendors should submit a brief capabilities statement package (no more than ten (10) pages) demonstrating ability to perform the services listed herein. 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 received 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/MCINCR-RCO-SSA-0131/listing.html)
 
Place of Performance
Address: 2010 Henderson Road, Quantico, Virginia, 22134, United States
Zip Code: 22134
 
Record
SN04623170-W 20170812/170810232348-0822303f65bb60511d5a939180a10f20 (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.