Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 10, 2018 FBO #5951
SOURCES SOUGHT

R -- USMC Operational Synthetic Theater Operations Research Model Study (STORM) - PWS

Notice Date
3/8/2018
 
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
M00264-18-SSA-0305
 
Archive Date
3/29/2018
 
Point of Contact
Joy Hughes, , Curtis W. Harris,
 
E-Mail Address
joy.hughes@usmc.mil, curtis.harris@usmc.mil
(joy.hughes@usmc.mil, curtis.harris@usmc.mil)
 
Small Business Set-Aside
N/A
 
Description
PWS The Regional Contracting Office - National Capital Regional (RCO-NCR), Marine Corps Base, Quantico, VA is seeking sources for the Operational Analysis Division (OAD). Marine Corps Installations National Capital Region (MCINCR) Regional Contracting Office (RCO) 2010 Henderson Road Quantico, VA 22134 This is a SOURCES SOUGHT TECHNICAL DESCRIPTION to conduct market research and determine the availability and technical capability of small businesses (including the following subsets, Small Disadvantaged Businesses, HUBZone Firms; Certified 8(a), Service-Disabled Veteran-Owned Small Businesses and Woman Owned Small Business) to provide the required products and/or services. 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 Number: M00264-15-D-0006-0009 Contract Type: FFP Incumbent and their size: Group W Inc. Method of previous acquisition: Unrestricted **Please see attached PWS for further reference Summary: This Performance Work Statement (PWS) provides information and requirements for Operational Energy Capabilities Improvement Fund (OECIF) support of the Institutionalized Analytical Process for Providing a Campaign-level Perspective on Operational Energy. •a. Objectives. To leverage work done in the study's previous period of performance, and continue developing methods and tools necessary for establishing operational energy as a primary factor in campaign-level analysis. The ultimate result will be the institutionalization, within the military analysis community, of an authoritative and accepted way to evaluate the implications of energy supply and demand for the employment and effectiveness of systems, concepts and capabilities, and in turn assess the impact of energy availability and use in terms of their relationship to higher level military outcomes. The ongoing study will exploit multiple areas: •1) Campaign-level databases developed in support of the MOC that reflect the naval enterprise's ability to prosecute amphibious operations and littoral maneuver and methods that have established the outlines of an analytical framework for assessing operational energy from a campaign-level perspective; •2) The Synthetic Theater Operations Research Model (STORM); •3) Roadmaps for simulation design and development, that employ agile yet rigorous software engineering processes and procedures to incorporate analytically driven enhancements to existing tools without compromising the integrity of the conceptual model; •4) Long-established cooperative and collaborative relationships involving the development of frameworks and M&S between the Marine Corps Combat Development Command's Operations Analysis Division and peer organizations in OSD (CAPE), the Navy (N81), Air Force (AF/A9), Army (Center for Army Analysis), Joint Staff (J7 for irregular warfare and J8 for traditional warfighting). The anticipated North American Industry Classification System Code (NAICS) for this requirement is 541330 (Engineering Services), with the corresponding size standard of $14 million. This Sources Sought Synopsis is requesting responses on an unrestricted basis (full and open competition) that can provide the required services under the NAICS Code. 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) 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 March 14, 2018, 11:00 AM Eastern Daylight Time (EDT) to Joy.Hughes@usmc.mil and Curtis Harris, curtis.harris@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 sources sought 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/M00264-18-SSA-0305/listing.html)
 
Place of Performance
Address: Quantico, Virginia, 22134, United States
Zip Code: 22134
 
Record
SN04847334-W 20180310/180308231108-779f86d3add5eef79b7c850399bc2f34 (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.