Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 22, 2021 SAM #7235
SOURCES SOUGHT

99 -- Communication Training Centers (CTC) Support Services

Notice Date
9/20/2021 1:17:37 PM
 
Notice Type
Sources Sought
 
NAICS
611430 — Professional and Management Development Training
 
Contracting Office
COMMANDER QUANTICO VA 22134-6050 USA
 
ZIP Code
22134-6050
 
Solicitation Number
M6785422R7901
 
Response Due
10/5/2021 11:00:00 AM
 
Archive Date
10/20/2021
 
Point of Contact
Teri S. Snyder, Phone: 7034323167
 
E-Mail Address
teri.snyder@usmc.mil
(teri.snyder@usmc.mil)
 
Description
SOURCES SOUGHT NOTICE United States Marine Corps Training and Education Command (TECOM), Communication School, Marine Corps Communication-Electronics School (MCCES) This is NOT a Request for Proposal (RFP) or a Request for Quotation (RFQ); it is strictly a Request for Information (RFI).� This RFI is issued in accordance with FAR Clause 52.215-3 for planning purposes only.� Neither unsolicited proposals nor any other offers will be considered in response to this RFI.� Responses to this notice are not offers and will not be accepted by the Government to form a binding contract.� Responders are solely responsible for all expenses associated with responding to this RFI.� All information received in response to this RFI that is marked as proprietary will be handled accordingly. OVERVIEW/BACKGROUND: The United States Marine Corps (USMC) requires Instructional Services in Microsoft, Cisco, Radio Wave, Satellite, Over-the-Air Transmissions Systems, Virtualization, Network Storage, and Information Assurance (IA), as well as Curriculum Management and Test Administration for that training.� The Instructional Services and Test Administration will be conducted within the CTC�s geographical Areas of Responsibility (AORs).� At a minimum these AORs include Camp Pendleton, California; Camp Lejeune, Jacksonville, North Carolina; and Marine Corps Base Camp Smedley Butler, Okinawa, Japan.� Curriculum Management will be performed at the Contractor's facility and at MCCES, Twentynine Palms, California. MCCES will approve all curriculum changes. This procurement supports the CTC�s mission to plan, coordinate, execute, and supervise communication systems training in their AORs.� The CTC�s mission includes formal and informal training, contracted training, Original Equipment Manufacturer (OEM) training and New Equipment Training (NET).� This procurement fulfills the requirement for prescribed training and certification of Marines as members of the DoD IA workforce. Marine Corps Systems Command (MCSC) is the USMC acquisition activity responsible for the procurement of communication equipment and the associated training.� MCSC has coordinated with TECOM and MCCES to address these requirements. The expected outcome of this procurement is the provision of instructional services that facilitate Marine Corps readiness in the fields of Communications and IA. REQUESTED INFORMATION: This notice sets forth the requirements for interested parties who may possess the capabilities to provide support services for the Marine Corps Training and Education Command (TECOM), Communication School, Marine Corps Communication-Electronics School (MCCES). Interested parties capable of performing the required services, in whole, or by teamed effort, are invited to submit a response to this notice.� Partial solutions should not be submitted.� Interested parties are requested to provide capability summaries supported by brochures, prior experience references for this type of effort, and other literature directly addressing their ability to meet the aforementioned requirement. �The expected period of performance is five years. OTHER REQUESTED INFORMATION: The Product Support Code (PSC) is U008, Education/Training-Training/Curiculum Development.� The corresponding North American Industry Classification System (NAICS) is 611430, Professional and Management Development Training.� The size standard for this NAICS is $12,000,000.00. The Government is seeking responses from both Large and Small Businesses for this RFI. Parties interested in providing information in response to this notice are invited to provide the following information to assist the Government with its market survey: � Introductory statement that includes at least the following: Organization Name, Address and Point of Contact information. DUNS and CAGE Code. Business size and type (i.e., large, small, foreign, small disadvantaged, veteran owned, minority owned, etc.).� Please include your company's business size based on the above NAICS code. Statement of capabilities addressing the Government�s potential requirement.� Information contained in the capability statement should be pertinent and specific to the Government�s requirement and, at a minimum, address the following qualifications: (1) Experience: An outline of previous work, with an emphasis on specific work previously performed or currently being performed which is similar to the requirement, to include customer contract number and point of contact information. For contract references provide relevance in terms of scope and complexity to work described in the RFI, the percentage of work done by the company associated with the reference, and whether it was done as a sub-contractor or prime; (2)� Personnel:� Amount, availability, experience and qualifications of current employees that can support the effort or the existence of and accessibility to potential employees (statements of intent are not needed) and how you intend to provide instructors at overseas locations; (3) Facilities: Availability and description of facilities, including location, to support performance; (4) Security:� A statement regarding facility and personnel security clearances required to perform the PWS; (5) Organization structure; (6) Interest level:� Include an affirmative statement you are a large or small business and interested in performing as a prime contractor.� (This notice is not seeking to identify subcontractors or to match subcontractors with prime contractors).� Include any other specific and relevant information as it pertains to the particular services to enhance our understanding of your company�s capability to meet the requirement. Responses should be no greater-than 5MB (due to USMC network limitations) and are requested not to exceed ten printed pages (excluding brochures, specification sheets, etc.) that are not larger than 8 �"" x 11"" for each page.� Responses must be readable in Microsoft Office 2013 and/or Adobe Reader. Respondents are discouraged from providing proprietary data or business sensitive information but shall bear sole responsibility for appropriately marking any such information they choose to submit.� Submissions shall not contain classified information. NOTE: Responses should address how the company would support the Government�s attached draft Performance Work Statement (PWS) with skills, personnel and management, or any category deemed necessary by interested parties. SUBMISSION PROCESS AND DUE DATE: 5 October 2021 1600 Local time (Quantico VA). To respond to this notice, please supply the requested information via e-mail to: �Teri Snyder and Randy Jewett at teri.snyder@usmc.mil and randall.jewett@usmc.mil. �The due date for responses to this notice is 5 October 2021. Contact Information-The following is the Point of Contact (POC) for this RFI: Teri Snyder, teri.snyder@usmc.mil.� Any questions and/or comments should be submitted NO LATER THAN 27 September 2021. NOTE: �This Sources Sought Notice is issued in accordance with FAR Clause 52.215-3 for planning purposes only.� This notice is issued for the purpose of determining the capability of sources and does not constitute an Invitation for Bid (IFB), a Request for Proposal (RFP), a Request for Quotation (RFQ) or an indication that the Government will contract for any of the items and/or services contained in this notice. �No solicitation document exists. �Any information that the company considers proprietary should be clearly marked.� All information received in response to this notice that is clearly marked Proprietary will be handled accordingly. �Responses may not include classified material. �Responses to this notice will not be returned. �No reimbursement will be made for any costs to provide information in response to this announcement or any follow-up information requests. �Information or statements contained herein are not binding upon the Government.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/de9b70945a0f404db2acc9b4ddc3cf22/view)
 
Record
SN06138888-F 20210922/210920230120 (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.