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
SOLICITATION NOTICE

D -- Marine Corps Systems Command (MARCORSYSCOM) Electronic and Communication Systems (ECS) Multiple Award Task Order Contract (MATOC)

Notice Date
11/20/2020 2:51:23 PM
 
Notice Type
Presolicitation
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
COMMANDER QUANTICO VA 22134-6050 USA
 
ZIP Code
22134-6050
 
Solicitation Number
M6785421R8001
 
Response Due
12/2/2020 7:00:00 AM
 
Archive Date
12/17/2020
 
Point of Contact
Alvaro Pineda, Phone: 4073818704, Mark A. Mu�iz, Phone: ( 407) 380-4808
 
E-Mail Address
alvaro.l.pineda@usmc.mil, mark.muniz@usmc.mil
(alvaro.l.pineda@usmc.mil, mark.muniz@usmc.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Pre-Solicitation Notice - M67854-21-R-8001 United States Marine Corps (USMC) Program Management Training Systems (PM TRASYS) Electronic and Communication Systems (ECS) �Multiple Award Task Order Contract (MATOC) This ECS MATOC Pre-Solicitation Notice, IAW FAR 5.201 and 5.203 is ISSUED for the purpose of helping communicate the Government's requirements to industry for the planned solicitation of the ECS MATOC. Participation is strictly voluntary and will not affect any company's ability to submit an offer if, or when, a solicitation is released. ��The United States Marine Corps, Marine Corps Systems Command (MARCORSYSCOM)PM TRASYS in Orlando, Florida, �has the requirement to establish an ECS MATOC. The ERS MATOC will support multiple planned and unplanned procurements. This effort entails material training capability for Marines, PM TRASYS has facilitated design, development, testing, production, and fielding of several simulations/simulated training devices. The current sustainment support strategies for some of the training systems are executed using various contracts for contracted logistics support for operations, maintenance, post deployment software support (PDSS), ongoing software development, and other non-PDSS support and materiel support for these training devices.� The ECS MATOC will be used to issue Task Orders (TOs) to provide sustainment support including new development for all existing and any future USMC training systems that fall within the ECS Service Portfolio Group, the subordinate Service Portfolios and the corollary Product Service Codes (PSC) including, but not limited to: Combined Arms Command and Control Trainer Upgrade System (CACCTUS); Marine Air-Ground Task Force (MAGTF) Tactical Warfare Simulation (MTWS); Deployable Virtual Training Environment (DVTE); Combat Convoy Simulator (CCS); Indoor Simulated Marksmanship Trainer (ISMT); Marine Corps Driver Trainer (MCDT); Supporting Arms Virtual Trainer (SAVT) and Combat Vehicle Training Systems (CVTS).�� Estimated Request for Proposal release: Middle to late 1st Quarter of Fiscal Year (FY) 21. Estimated Award: Middle to late 2nd Quarter FY21. Ordering Periods: Base period of 60 months, and five (5) one-year options. PLACE OF PERFORMANCE Place of performance will be predominantly at the contractor�s facility. DISCLAIMER �This sources sought Pre-solicitation notice is for informational purposes only. This is not a formal 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.� PMTRASYS 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 ECS MATOC effort. The �first task order, will immediately following award of the ERS COMS-Systems MATOC. The results of this Pre-Solicitation Notice will be utilized to gage the number of interested parties and the individual small business categories of potential offerors for the ERS COMS Systems MATOC. As part of this Notice, the MARCORSYSCOM, PM TRASYS, releases a DRAFT Request for Proposal (RFP) and a DRAFT ECS Performance Work Statement (PWS) for review and comments by our industry partners. The contractor should supply questions or comments to the documents indicating ability to meet specified requirements, specific items requiring clarification for responsive industry proposal, and specified requirements which un-necessarily drive system procurement or lifecycle cost. There is no page limit for receipt of questions or comments. Received questions or comments will be considered by the Government for basis of modification to the subject documents. The Government requests submission of all questions and comments NLT 28 October 2020. The Government will make every attempt to provide responses to all questions and comments NLT 06 November 2020 at 2:00 pm EDT. Any questions or comments submitted after 28 October 2020 may not be answered. This request for comment in no way implies either implicitly or explicitly that respondents will be compensated in any way by the US Government for information or materials provided. It does not constitute a solicitation and should not be construed as a commitment of any kind by the US Government to issue a solicitation or ultimately award a contract. 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). � As a result of the Government�s aggressive acquisition timeline in supporting our Fleet Marine Corps Forces, the Government requests that interested industry partners provide Past Performance information IAW 52.212-1 ADDENDUM TO FAR PROVISION 52.212-1 � INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS (MAR 2018) A.2. A. Section 10 (a-e) Past Performance Proposal Information of the DRAFT RFP, to include the submission of Attachments 6 and 8 as appropriate. Satisfaction of this request is voluntary but highly encouraged in order to support an award in early 2nd Quarter FY 21, or sooner. � Voluntary Past Performance submissions shall be due NLT 10:00 am EDT, on 12 November, 2020. � � ***Please note, only the aforementioned sections should be utilized in the preparation of the voluntary Past Performance submission.*** If our Industry partners volunteer to submit Past Performance information per the aforementioned Addendum to FAR Provision 52.212-1 referenced in the DRAFT RFP, the submission shall consist of one (1) e-mail copy (e-copy). and. E-copies shall be submitted in Adobe Acrobat, Portable Document Format (PDF).�� � Electronic Mail submissions shall be addressed to: � carrie.burton@usmc.mil � REQUIRED CAPABILITIES Capabilities are captured in the DRAFT ECS MATOC PWS. � ELIGIBILITY The applicable North American Industry Classification System (NAICS) code for the proposed effort is 541519 Other Computer Related Services with a corresponding size standard of $30M.� The description of NAICS 541519 states, �This U.S. industry comprises establishments primarily engaged in providing computer related services.�� The PSC for the proposed ECS MATOC is D318, IT and Telecom- Integrated Hardware/Software/Services Solutions, Predominantly Services.. ECS MATOC Project Management Team intends to award a Small Business Set-aside, MATOC with Firm-fixed-price (FFP) and Time and Material (T&M) components to meet projected Operational Maintenance (O&M) requirements. All interested parties may identify their interest and capability to respond to the requirement no later than 2:00 pm EDT, 6 November, 2020. The anticipated Acquisition Strategy is to award ECS 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 first task order will be competitively negotiated using formal source selection procedures as outlined in FAR 16.505 under the auspices of the ECS MATOC. All ECS 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, M6785421R8001. Lead Contract specialist, C Gayle Burton, email: carrie.burton@usmc.mil
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/454141df40a24279b1a7c43286da2247/view)
 
Place of Performance
Address: Orlando, FL 32826, USA
Zip Code: 32826
Country: USA
 
Record
SN05857849-F 20201122/201120230142 (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.