Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 02, 2004 FBO #0888
SOURCES SOUGHT

R -- CEOss FY05 Open Season

Notice Date
4/30/2004
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Navy, United States Marine Corps, Marine Corps Systems Command, 2200 Lester Street, Quantico, VA, 22134-5010
 
ZIP Code
22134-5010
 
Solicitation Number
Reference-Number-CEOSS-OS-05
 
Response Due
6/14/2004
 
Archive Date
6/29/2004
 
Point of Contact
Judy Grant, Contract Specialist, Phone (703) 432-3808, Fax (703) 432-3534, - Graham Oliff, Jr., Contract Specialist, Phone 703-432-3805, Fax null,
 
E-Mail Address
grantjl@mcsc.usmc.mil, oliffgk@mcsc.usmc.mil
 
Description
The Marine Corps Systems Command (MCSC) intends to augment their existing pool of technical and analytical services contractors for FY05. Both current vendors and new vendors will be provided with the opportunity to participate in the Command?s Commercial Enterprise Omnibus support services (CEOss) business model, established in August 2002. To date, $180+ million in task order awards have been accomplished ranging from $150K to $6 million. CEOss is predicated upon Federal Acquisition Regulation (FAR) 8.404(b)(4), which authorizes agencies to issue Blanket Purchase Agreements (BPAs) with Federal Supply Service (FSS) contractors. Twenty-seven competitively awarded BPAs have been established with contractors using approved FSS schedules aligned along four (4) competency-based domains. CEOss Open Season allows current prime contractors to reconstitute their existing teams to respond to anticipated Command requirements. Additionally, CEOss intends to make three (3) new prime vendor awards ? one (1) award in the ES domain; one award in the BA domain; and one (1) award in the ALA domain. Openings in the ES and BA domains are unrestricted as to business size. The ALA domain opening is restricted to firms classified as a small business. A preparatory workshop will be held, by domain, for only potential new CEOss prime vendors during the week of 24 May 2004, to provide detailed information about specific submission requirements. Vendors are required to register for this workshop by submitting an email to the ACSS mailbox (acss@mcsc.usmc.mil) NLT 15 May 2004. Attendance is limited to two (2) representatives per company and attendance may be restricted due to space constraints. CEOss Background Information: The CEOss model relies exclusively on paperless, e-commerce transactional processes to compete all requirements among qualified domain prime vendors. Individual Task Orders are competitively awarded to BPA contractors within these respective domains. There is no maximum dollar limit on any task order, nor any minimum order amount assigned to the BPAs. There are four (4) domains within the CEOss model: Specialty Engineering, Business and Analytical, Engineering and Scientific, and Acquisition, Logistics and Administrative. Vendors are required to identify the domain for which they would like to be considered for a prime BPA and only one submission per vendor is allowed. To qualify for consideration for the Specialty Engineering domain, vendors must have one of the following GSA schedules: 874 ? MOBIS, 871 ? Engineering Services, 899 ? Environmental Services, 70- IT Services and Support, 873 ? Lab Testing and Analysis. To qualify for consideration for the Business and Analytical domain, vendors must have one of the following GSA Schedules: 874 ? MOBIS, 872 ? Financial Management Services, 69 ? Training Services. Although vendors may receive a prime BPA award in only one of the four domains, teaming and subcontracting relationships within the domains are unrestricted. Instructions for new CEOss applicants: To be considered for a CEOss prime BPA, interested vendors should submit the following information NLT 14 June 2004: A capabilities statement, limited to five (5) pages that identifies their firm?s capabilities within a domain of prime interest (ES, BA or ALA); a copy of their applicable GSA Schedule; and any general marketing information. All material should be submitted on one (1) CD-ROM along with one (1) hard copy. Only small businesses will be considered for the ALA Domain opening. All business sizes will be considered for the ES and BA Domain openings. Vendor information will be matched to domain (i.e., Command) requirements to establish a baseline that considers both pricing and technical capabilities within the domain. Vendors determined to offer the best "fit" within each domain, respective of price and services offered will have the opportunity to respond to a formal solicitation NLT 12 July 2004. Responses will be due within fifteen (15) business days following release on 2 August 2004. Competitive selection and award of BPAs is anticipated to occur NLT 23 August 2004. Currently, there is no formal requirement and this is only a Request for Information. RFI responses can be mailed to the following address: COMMANDER, MARCORSYSCOM CODE ACSS, 2200 Lester St, Quantico, VA 22134-5010. Responses submitted by FED-EX or UPS should be sent to the following address: COMMANDER, MARCORSYSCOM, 2200 Lester St., Attn: Cynthia Wells, Code ACSS, Quantico, VA 22134-5010. Instructions for existing CEOss Prime Vendors: To reconstitute teaming relationships on your existing CEOss BPA, you are required to submit the following information: An initial statement of intent, limited to two (2) pages, that identifies both current and planned team members, discusses the proposed changes to your team structure, and provides a rationale for the new team to continue to support MCSC programs. This must be accompanied by a copy of the selected team members GSA Schedule, and an updated excel spreadsheet of all of the GSA rates for your team from September 2004-September 2006 (including rates from existing GSA team schedules). Do not submit this is .pdf format, it must be a single .xls file with one rate schedule per worksheet. Existing BPAs will be bilaterally modified to update labor rates (Attachment C) and to incorporate any additional terms and conditions. Timeline of events for existing CEOss Prime Vendors: Initial statement of Intent - NLT 14 June 2004 SE Domain revised teaming arrangements due- NLT 1400, 12 July 2004 ALA Domain revised teaming arrangements due- NLT 1400, 19 July 2004 BA Domain revised teaming arrangements due-NLT 1400, 02 Aug 2004 ES Domain revised teaming arrangements due-NLT 1400, 09 Aug 2004 All responses from existing CEOss Prime Vendors shall be submitted electronically to the following email address: ACSS@mcsc.usmc.mil. Any questions regarding this RFI shall be submitted electronically to the ACSS Office at ACSS@mcsc.usmc.mil. Additional information regarding the CEOss program can be found at www.marcorsyscom.usmc.mil/sites/acss/default.asp
 
Place of Performance
Address: 2200 LESTER ST, QUANTICO, VA
Zip Code: 22134
Country: US
 
Record
SN00577897-W 20040502/040430212650 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

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