Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 23, 2007 FBO #2004
SOURCES SOUGHT

R -- Marine Corps Systems Command, Commercial Enterprise Omnibus Support Services (CEOss) Open Season

Notice Date
5/21/2007
 
Notice Type
Sources Sought
 
Contracting Office
M67854 Quantico, VA
 
ZIP Code
00000
 
Solicitation Number
M6785407ACSS1
 
Response Due
6/26/2007
 
Archive Date
9/15/2007
 
Description
RFI --The Marine Corps Systems Command (MCSC) intends to augment their existing pool of technical and analytical services contractors for FY08. This notice provides information for both current and new vendors wishing to participate in the Command?s Commercial Enterprise Omnibus support services (CEOss) business model, established in August, 2002. To date, $853+ million in task order awards have been accomplished ranging from $150K to $10 million. CEOss is predicated upon Federal Acquisition Regulation (FAR) 8.404, which authorizes agencies to issue Blanket Purchase Agreements (BPAs) with Federal Supply Service (FSS) contractors. Thirty 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 FY08 Command requirements. Additionally, CEOss ass esses the need for new prime vendor awards in selected domains. For FY08, openings are anticipated in the ALA and BA domains; unrestricted as to business size. A preparatory workshop will be held for those firms interested in participating as new CEOss prime vendors on 12 June 2007, which will provide detailed information about Command requirements and RFI submission guidance. Vendors are required to register for this workshop by submitting an email to the ACSS mailbox (acss@usmc.mil) NLT 05 June 2007. 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-procurement transaction 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 tas k order, nor any minimum order amount assigned to the BPAs. There are four (4) domains within the CEOss model: Specialty Engineering (SE), Business and Analytical (BA), Engineering and Scientific (ES), and Acquisition, Logistics and Administrative (ALA). 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 in the ALA domain you must possess either a MOBIS (874), PES (871), or LOGWORLD (874 V) schedule. To qualify in the BA domain, you must possess either a FABS (520), MOBIS (874), or Training Aids & Devices, Instructor-Led Training, Course Development, Test Administration (69) schedule. Although vendors may have a prime BPA award in only one of the four domains, teaming and subcontracting relationships across the domains are unrestricted. Instructions for new CEOss applicants: To be considered for a CEOss prime BPA, interested vendors must submit the following information NLT 26 June 2007 A capabilities statement, limited to five (5) pages that identifies their firm?s capabilities within a domain of prime interest (ALA or BA) and a copy of their applicable GSA Schedule. All material should be submitted on one (1) CD-ROM along with one (1) hard copy. All business sizes will be considered for the ALA and BA domain openings. However, based upon responses to this Request for Information (RFI), ACSS will determine if there is viability in pursuing restricted competition in one, or both, open domain(s). Vendor submissions will be matched to domain (i.e., Command) requirements to establish a baseline that considers each firm?s pricing and technical capabilities within the existing pool of domain participants. 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 that will be issued NLT 16 July 2007. Responses will be due within t hirty (30) calendar days, inclusive of teaming arrangements. Compe titive selection and award of BPAs is anticipated to occur NLT 31 August 2007. RFI responses can be mailed to the following address: COMMANDER, MARCORSYSCOM CODE ACSS, 2200 Lester St, Quantico, VA 22134-6050. Responses submitted by FED-EX or UPS should be sent to the following address: COMMANDER, MARCORSYSCOM, 2200 Lester St., Attn: Ms. Anita Norris, Code ACSS, Quantico, VA 22134-6050. Only offerors who respond to this RFI and whose responses are determined to be the most highly rated will be provided a copy of the solicitation. 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 letter of intent (LOI), limited to two (2) pages, that discusses changes to team members, your ability to meet prescribed competition thresholds, discounting policy, and rationale for the new team to continue to support MCSC programs. This must be submitted NLT 15 June 2007. Revised proposals are due in accordance with the schedule on ACSS web site. This must be accompanied by a copy of your selected team members? GSA Schedule, and single, updated MS Excel spreadsheet of all of the GSA rates for your team from September 2007-September 2009 (including rates from existing GSA team schedules). Do not submit this in .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. Additional guidance will be issued to incumbent vendors at a later date. All responses from existing CEOss Prime Vendors shall be submitted electronically to the following email address: acss@usmc.mil. Any questions regarding this RFI shall be submitted electronically to the ACSS Office at acss@usmc.mil.
 
Web Link
Additional information regarding the CEOss program can be found at
(http://www.marcorsyscom.usmc.mil/sites/acss/default.asp)
 
Record
SN01299757-W 20070523/070522000206 (fbodaily.com)
 
Source
FedBizOpps 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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.