Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 17, 2010 FBO #3066
SOURCES SOUGHT

R -- CEOss Open Season RFI

Notice Date
4/15/2010
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
M67854 MARINE CORPS SYSTEMS COMMAND Quantico, VA
 
ZIP Code
00000
 
Solicitation Number
M6785410ACSS1
 
Response Due
5/11/2010
 
Archive Date
5/26/2010
 
Point of Contact
George Herndon, (703) 432-3773, George.Herndon@usmc.milEmail your questions to the ACSS Mail Box at acss@usmc.mil
 
E-Mail Address
Email ACSS Office at:
(acss@usmc.mil)
 
Small Business Set-Aside
N/A
 
Description
RFI --The Marine Corps Systems Command (MCSC) intends to augment their existing pool of Advisory and Assistance Services (A&AS) contractors for FY11. 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, $2.2+ billion in task order awards have been accomplished ranging from $100K to $27.7 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. There are currently thirty (30) competitively awarded active BPAs 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 FY11 Command requirements. Additionally, each year CEOss assesses the need for new prime vendor awards in selected domains. For FY11, openings are anticipated in two domains, ES and SE. The anticipated BPA awards for FY11 include one (1) BPA in ES, unrestricted as to business size; one (1) BPA in SE, unrestricted as to business size; and one (1) BPA in SE reserved for small businesses. In accordance with small business goals established for Department of Defense, in FY11 CEOss is implementing a small business subcontracting (or prime) requirement of a minimum of 10% of total task order value at the BPA level. A preparatory workshop will be held for those firms interested in participating as new CEOss prime vendors on 03 May 2010. We will offer two sessions, 0800 - 1100 and 1300 - 1600, which will provide detailed information about Command requirements and RFI submission guidance. The workshop will take place in Quantico, Virginia at the Gray Research Center. Attendance is on a first-come, first-served basis and may be restricted due to space constraints. Participants are asked to arrive no earlier than 0730 for the morning session. Questions regarding the workshop should be addressed to acss@usmc.mil. 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. Large business prime vendors are required to bid on at least 50% of all requirements within their domain. Beginning FY11, small business prime BPA holders will be required to bid on at least 25% of all requirements within their domain. 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 (SE), Business and Analytical (BA), Engineering and Scientific (ES), and Acquisition, Logistics and Administrative (ALA). Vendors are required to identify the open domain for which they would like to be considered for a prime BPA within the proposal. Vendors may submit proposals in all open domains, but can only be awarded one prime BPA. To qualify for consideration in the ES domain you must possess a MOBIS (874), PES (871), or IT Services & Support (70) schedule. To qualify in the SE domain, you must possess a MOBIS (874), PES (871), Environmental Services (899), IT Services & Support (70), or Lab Testing & Analysis (873) 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, with the exception that a prime vendor cannot be a subcontractor in the domain in which they hold their prime BPA. INSTRUCTIONS FOR NEW CEOSS APPLICANTS: To be considered for a CEOss prime BPA, interested vendors must submit the following information NLT 11 May 2010. A capabilities statement, limited to five (5) pages, that identifies their firm's capabilities within a domain of prime interest (limited to domains open for this season, ES and SE), to include business size, team composition, business/management strategy, relevant experience, and rate discounting policy. In addition, a copy of their applicable GSA Schedule shall also be included in the submission. All material should be submitted on one (1) CD-ROM along with one (1) hard copy. The RFI does not guarantee award of any BPA in any or all 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 08 June 2010. Responses will be due NLT 09 July 2010, inclusive of teaming arrangements, unless otherwise stated in the formal solicitation. Competitive selection and award of BPAs is anticipated to occur NLT 01 September 2010. RFI responses can be mailed to the following address: COMMANDER, MARCORSYSCOM CODE ACSS Attn George Herndon, 2200 Lester St, Quantico, VA 22134-6050. Responses submitted by FED-EX or UPS should be sent to the following address Mr. George Herndon, Code ACSS, Quantico, VA 22134-6050. Information provided may be used in a future solicitation. 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 28 APR 2010. 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 2010-September 2012 (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
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M67854/M6785410ACSS1/listing.html)
 
Record
SN02123719-W 20100417/100415235729-d7b392c2ab0c281c9858e5a2228f1381 (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  © 1994-2020, Loren Data Corp.