SOURCES SOUGHT
99 -- Technical Manuals Request For Information (RFI)
- Notice Date
- 2/28/2024 10:42:40 AM
- Notice Type
- Sources Sought
- NAICS
- 513130
—
- Contracting Office
- COMMANDER QUANTICO VA 22134-6050 USA
- ZIP Code
- 22134-6050
- Solicitation Number
- M67854-24-I-5108
- Response Due
- 3/29/2024 12:00:00 PM
- Archive Date
- 12/31/2024
- Point of Contact
- Taylor Neal, Phone: 2403502922, Kimberly A. Stone
- E-Mail Address
-
taylor.n.neal@usmc.mil, kimberly.a.stone@usmc.mil
(taylor.n.neal@usmc.mil, kimberly.a.stone@usmc.mil)
- Description
- M67854-24-I-5108 Logistics Support Request For Information (RFI) Program Manager, Combat Support Systems (PM CSS) 1.0.������ Description The Marine Corps Systems Command (MCSC) Program Manager, Combat Support Systems (PM CSS) program office is seeking potential sources to provide comprehensive logistics support.� This support includes technical manuals, provisioning, training, and technical data packages. In addition, there could be an option for spart parts, kitting, and integration. The purpose of this RFI is to identify sources capable of providing logistics support as described in the following paragraphs.� Specific objectives for the comprehensive logistics support include: Develop or revise Technical Manuals and other technical data. Other technical data includes documents such as provisioning, Stock/Component List, Lubrication Instructions, Modification Instructions, or Repair Parts Lists. Provide training support to include development of New Equipment Training (NET) documentation in accordance with Marine Corps Systems Approach to Training format, and if required, provide qualified personnel to conduct NET at specified locations. In addition, there could be an option to procure, assemble, and integrate components into kits and full systems. Depending on the type of kit, installation and fabrication may be required. 2.0.����� Requested Information.� 2.1 Interested parties responding to this RFI shall provide specific information to include a summary of the company's capabilities. Information to be provided shall include a Capability Statement which demonstrates the skills, experience, knowledge, and capabilities necessary to meet the Government's requirements for comprehensive logistics support for PM CSS. Respondees should list their specific skills, experience, knowledge, and capabilities to complete these requirements, including but not limited to, a description of their experience with similar projects. 2.2 The Capability Statement should include: 1. Contact information including: company name, address, point of contact, phone number, e-mail address, cage code, Sam.gov Unique Entity Identification, and website address. 2. Business type: large business, small business, hubzone, service disabled veteran owned small business, woman owned small business, 8(a) business development program, small disadvantaged business, veteran owned small business. Based upon North American Industry Classification System (NAICS) code 513130 Book Publishers. 3. Does your company have experience performing services of the same or similar type effort(s) (to include size and complexity) within the past five years? If yes, please provide the following information: contract number(s), dollar value, point of contact (POC), POC e-mail address, POC phone number, was performance as a prim contractor or subcontractor, brief description of your direct support of the effort, and similarity of scope, effort, and complexity. 3.0.���� Responses 3.1. Interested parties are requested to respond to this RFI with a white paper. 3.2. White papers in Microsoft Word or Office compatible format are due no later than 29 March 2024, 3:00 p.m. EST.� Responses are limited to 10 pages and shall be submitted via email only to the Contract Specialist, Taylor Neal at taylor.n.neal@usmc.mil and Kimberly Stone at kimberly.a.stone@usmc.mil.� Proprietary information, if any, should be minimized and MUST BE CLEARLY MARKED.� To aid the Government, please segregate proprietary information.� Please be advised that all submissions become Government property and will not be returned.� Only Government employees will review the responses. 4.0.��� Industry Discussions MCSC representatives may or may not choose to meet with potential offerors.� Such discussions would only be intended to get further clarification of potential capability to meet the requirements, especially any development and certification risks. 5.0.���� Questions Questions regarding this announcement shall be submitted in writing via email to the Contract Specialist, Taylor Neal at taylor.n.neal@usmc.mil and Kimberly Stone at kimberly.a.stone@usmc.mil.� Verbal questions will NOT be accepted.� Questions shall NOT contain proprietary or classified information.� The Government does not guarantee that questions received after 8 March 2024 will be answered.� 6.0.���� Summary THIS IS A REQUEST FOR INFORMATION (RFI) ONLY to identify sources that offer capabilities for meeting the requirements listed in paragraph 1.0 above.� This RFI is issued solely for information and planning purposes � it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future.� The information provided in the RFI is subject to change and is not binding on the Government.� The Marine Corps has not made a commitment to procure any of the items discussed, and release of this RFI should not be construed as such a commitment or as authorization to incur cost for which reimbursement would be required or sought.� Further, the Marine Corps is not at this time seeking proposals and will not accept unsolicited proposals.� All submissions become Government property and will not be returned. Respondees are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this RFI; all costs associated with responding to this RFI will be solely at the interested party�s expense.� Not responding to this RFI does not preclude participation in any future RFP, if any is issued.� If a solicitation is released, it will be released on the Sam.gov website.� It is the responsibility of the potential offerors to monitor this site for additional information pertaining to this requirement.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/2853dc65f0b44f10b053753419fed9de/view)
- Record
- SN06980533-F 20240301/240228230101 (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 |