SOLICITATION NOTICE
R -- Capabilities Development Directorate for Technical and Operational Support Services (TOSS)
- Notice Date
- 2/13/2023 1:22:50 PM
- Notice Type
- Presolicitation
- NAICS
- 541330
— Engineering Services
- Contracting Office
- COMMANDER, MCINCR-MCBQ QUANTICO VA 22134-5028 USA
- ZIP Code
- 22134-5028
- Solicitation Number
- M00264-23-R-0003
- Response Due
- 2/15/2023 8:00:00 PM
- Point of Contact
- JEFFREY SISK, Phone: 7037843563, Emmanuel Velez, Phone: 7034321782
- E-Mail Address
-
jeffrey.a.sisk@usmc.mil, emmanuel.velez@usmc.mil
(jeffrey.a.sisk@usmc.mil, emmanuel.velez@usmc.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- The Marine Corps Installations Northern Capital Region-Regional Contracting Office (MCINCR-RCO), Marine Corps Base Quantico, VA currently has a requirement in suppoort of the Capabilities Development Directorate (CDD) for Technical Operational Support Services (TOSS). The CDD TOSS contract shall be solicited using 100% small business set aside. �This contemplated contract will be a hybrid Multiple Award Indefinite Delivery Indefinite Quantity (IDIQ) consisting of Firm Fixed-Price (FFP) Contract Line Items for services and Cost Reimbursement for travel. �The contract will have a five year ordering period and a total ceiling value of $99.4M. At the task order level, the use of otions per FAR 52.217-9 may be applicable. The The North American Industry Classification System (NAICS) chosen for this effort is 541330, Engineering Services, which comprises establishments primarily engaged in applying physical laws and principles of engineering in the design, development, and utilization of machines, materials, instruments, structures, processes, and systems. This NAICS has a size standard of $22.5M This action will be solicited utilizing commercial contracting under FAR Part 12 with negotiation procedures under FAR Part 15. All terms, conditions, evaluation procedures, and instructions to offerors will be specified in an upcoming Request for Proposals (RFP) that will be posted on this website (www.fbo.gov) on or about 16 February 2023. The proposed solicitation number for this action is M00264-23-R-0003. All responsible sources may submit a proposal to be considered for this requirement. All interested parties must be registered in the System Award Management (www.sam.gov). It is the responsibility of the interested parties to independently review the referenced web link (www.fbo.gov) frequently for updates to any and all documents. Potential offerors will be responsible for downloading their copy of the RFP and amendments, if any. SCOPE OF WORK: The Deputy Commandant, Combat Development and Integration (DC, CD&I) prepares the Marine Corps for what lies ahead through identifying and facilitating the fielding of Marine Corps warfighting capabilities to using units as expeditiously as possible. Within DC, CD&I is the Capabilities Development Directorate (CDD), which is directly responsible for developing and integrating warfighting capabilities solutions that provide for an effective, integrated Marine Air Ground Task Force capability, current and future that anticipates strategic challenges and opportunities for the nation�s defense. CDD is governed by Marine Corps Order 3900.20, which defines the processes and procedures for the execution of the Marine Corps Capabilities Based Assessment (MC CBA) process. The MC CBA is a deliberate and integrated enterprise process through which the Marine Corps conducts capabilities analysis, gap analysis, solutions analysis, and risk analysis, to include analysis of joint military capabilities as required by the Joint Capabilities Integration and Development System (JCIDS) process. The CDD has a need for technical, analytical, engineering, operations, and capability portfolio management support services for both recurring and ad hoc analysis as required by the MC CBA and JCIDS processes. Critical requirements within this effort include analysis of existing capabilities in order to define requirements, identify gaps, and provide solutions, assessments of current and future readiness metrics, and development of training and education standards.� Specific functional area requirements include systems engineering, architecture framework support, establishment and maintenance of data libraries, execution of doctrine, organizational, training, materiel, leadership, policy, and facilities (DOTMLPF) assessments, development of operating concepts, revision of doctrinal publications, analysis and documentation of data, and operations support.��
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/a14ec831b7334bf99c07bfaba1886062/view)
- Place of Performance
- Address: VA 22134, USA
- Zip Code: 22134
- Country: USA
- Zip Code: 22134
- Record
- SN06589631-F 20230215/230214060647 (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 |