Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 22, 2020 SAM #6933
MODIFICATION

L -- ERS COMS-Systems MATOC

Notice Date
11/20/2020 2:15:45 PM
 
Notice Type
Solicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
COMMANDER QUANTICO VA 22134-6050 USA
 
ZIP Code
22134-6050
 
Solicitation Number
M6785420R7828
 
Response Due
12/7/2020 7:00:00 AM
 
Archive Date
12/22/2020
 
Point of Contact
Jaime Morrison, Mark A. Mu�iz, Phone: (407) 380-4808
 
E-Mail Address
jaime.morrison@usmc.mil, mark.muniz@usmc.mil
(jaime.morrison@usmc.mil, mark.muniz@usmc.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Solicitation Notice - M67854-20-7828 Marine Corps Equipment Related Services (ERS)� Contractor Operator and Maintenance Services (COMS)-Systems Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC) Program Management Training Systems (PM TRASYS) has the requirement to establish an IDIQ ERS COMS-Systems MATOCS. The ERS COMS-Systems IDIQ MATOC will support multiple planned and unplanned procurements. This effort entails sustainment support for all existing and any future USMC training systems that are not exclusively utilized on ranges and not subjected to live fire including, but not limited to: Underwater Egress Trainer (UET); Supporting Arms Virtual Trainer (SAVT); Combat Vehicle Training Systems (CVTS); Combat Convoy Simulator (CCS); Virtual Combat Convoy Trainer/Reconfigurable Virtual Simulator (VCCT/RVS); Indoor Simulated Marksmanship Trainer (ISMT); Operator Driver Simulator (ODS); Improved Moving Target Simulator (IMTS); and the Dry Egress Trainers (DRET). Additional organizations, locations or services may be added, or services may be curtailed or eliminated from existing organizations or locations during the life of this MATOC to best satisfy evolving Marine Corps training and education requirements. This acquisition is necessary to ensure continued currency and accuracy of various training program�s curriculum to support training needs to maintain Fleet Marine Forces operational readiness. In general, equipment to be supported under this MATOC are simulators or simulations systems that use electronic and/or mechanical means to reproduce conditions necessary for an individual, team, unit, or crew to rehearse operational tasks and technical skills in accordance with training objectives. The simulators and simulations systems replicate the functions and environment of actual equipment or systems and consist of training devices, machines, or apparatuses that reproduce operational conditions synthetically. Request for Proposal release: November 20, 2020 Estimated Award: Early 2nd Quarter FY21. Ordering Periods: Base period of 60 months, and optional one (1) five -year option or five (5) one-year options. PLACE OF PERFORMANCE Locations: Camp Pendleton, CA; Camp Lejeune, NC; Twenty-nine Palms, CA; Camp Upshur, VA; Fort Leonard Wood, MO; Cherry Point, NC; Gulfport, MS; Yuma, AZ; MCB Hawaii; Japan (multiple locations); Many Reserve, Shipboard, MCSF, and SPMAGTF locations worldwide.� PM TRASYS has historically provided this support utilizing small businesses via task orders issued on the Naval SeaPort Next Generation (Nxg) MATOC and other small business set-asides outside the MATOC. It has also obtained recent market research that identifies several small businesses entities capable of supporting the ERS COMS-Systems MATOC effort. This notice also advises all parties that the ERS COMS-Systems requirement� will result in the award of with the ERS COMS-Systems MATOC. The first task order, will follow the award of the ERS COMS-Systems MATOC. As part of this Solicitation, the Marine Corps System Command, PM TRASYS, releases all associated attachments. The contractor should supply questions or comments as stated in the solicitation.� There is no page limit for receipt of questions or comments. Received questions or comments will be considered by the Government for basis of amending or modifiing to the subject documents. The Government requests submission of all questions and comments NLT November 27, 2020. The Government will make every attempt to provide responses to all questions and comments NLT December 02, 2020 at 2:00 pm EST. Any questions or comments submitted after November 27, 2020 may not be answered. If you are a small business interested in being the prime contractor for this effort, please be advised that the FAR 52.219-14 Limitations on Subcontracting clause has changed. Deviation 2019-O0003 Revision 2 is now in effect which includes the definition of �Similarly Situated Entity� and the 50% calculation for compliance with the clause. Small business primes may now count �first tier subcontracted� work performed by similarly situated entities as if it were performed by the prime itself. Please read the full text of the clause deviation (52.219-14 Class Deviation 2019-O0003 Revision 2, dated 05/3/19 at https://www.acq.osd.mil/dpap/policy/policyvault/USA001048-19-DPC.pdf). ELIGIBILITY The applicable North American Industry Classification System (NAICS) code for the proposed effort is 811310, Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance with a corresponding small business size standard of $8M. The Product Service Code is L069. ERS COMS-Systems MATOC Project Management Team intends to award a Small Business Set-aside, IDIQ MATOC with Firm-fixed-price (FFP) and Cost-Reimburement (COST) components to meet projected Operational Maintenance (O&M) requirements. All interested parties may submit a proposal response �no later than10:00 am EST, December 07, 2020. The anticipated Acquisition Strategy is to award ERS COMS Systems MATOC under FAR subpart 19.5, Set-aside for Small Business, utilizing FAR part 15, Contracting by Negotiations competitive source selection procedures. All responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency. The competition will utilize best value tradeoff procedures. The ERS COMS-S MATOC Post Award Conference (PAC) and associated CDRL requirement referenced in the latest version of the MATOC PWS, will be further defined in TO 0001 and will satisfy the � minimum guarantee of $1,500.� Follow-on TOs will be competitively negotiated using formal source selection procedures as outlined in FAR 16.505 under the auspices of the ERS COMS-Systems MATOC. All ERS COMS-Systems MATOC contractors will be provided a fair opportunity to compete pursuant to FAR 16.505, unless a FAR exception in accordance with except see 16.505(a)(4) and (11), and 16.505(b)(2)(ii)(D) applies and is approved by the appropriate authority. The solicitation and all updates will be made available to interested parties through https://beta.sam.gov, M6785420R7828- ERS COMS-Systems MATOC. Lead Contract Specialist, Jaime Morrison, email: jaime.morrison@usmc.mil
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/b6b336f39afb4866914bb873ac2621c4/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN05857727-F 20201122/201120230141 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.