Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 25, 2010 FBO #3135
SOURCES SOUGHT

D -- TOTAL FORCE STRUCTURE MANAGEMENT SYSTEM (TFSMS INCREMENT II)

Notice Date
6/23/2010
 
Notice Type
Sources Sought
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
M67854 MARINE CORPS SYSTEMS COMMAND Quantico, VA
 
ZIP Code
00000
 
Solicitation Number
M6785410R4828
 
Response Due
7/9/2010
 
Archive Date
7/24/2010
 
Point of Contact
Vicki Whiteman, Vicki.whiteman@usmc.mil; (703) 784-3184
 
E-Mail Address
POC Email:
(Vicki.Whiteman@usmc.mil)
 
Small Business Set-Aside
N/A
 
Description
1.ScopeThis is not a request for proposals or a request for quotations; it is strictly a Request for Information (RFI). Neither unsolicited proposals nor any other offers will be considered in response to this RFI. Responses to this notice are not offers and will not be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI. All information received in response to this RFI that is marked as proprietary will be handled accordingly. The United States Marine Corps (USMC) has released this RFI to solicit information from industry on approaches, products, and/or services to provide support contractor services to support the USMC Total Force Structure Process (TFSP) by providing accessible, timely, and accurate information. The support contractors need to perform a myriad of functions and services to sustain the deployed TFSMS capability while at the same time designing, producing, testing and integrating new TFSMS functionality. Responses should address a complete support contractor solution for the USMC, to include post deployment software support, proposed plan for continuity of operations, and sustainment training, systems administration support services, development of new capability, and software deployment and fielding and logistics processes. Due to the need for a complete solution, we encourage working with industry partners to present a Joint response. 2.Description2.1.BackgroundThe Marine Corps Total Force Structure Management System (TFSMS) is an enterprise IT solution developed in support of the United States Marine Corps requirement to support the USMC TFSP by providing accessible, timely, and accurate information. TFSMS provides core capabilities for organizing the Marine Corps into capability-based forces; it informs capability development via the Expeditionary Force Development System (EFDS) and lays the foundation for future Force Management capabilities via the Joint Global Force Management Data Initiative (GFM DI). TFSMS is an existing evolutionary acquisition program with capability being delivered in two blocks/increments which are defined in the Block 1 Capability Production Document and Increment II Capability Development Document (CDD). The TFSMS Block 1 Capabilities Production Document (CPD) describes near-term requirements for Marine Corps force structuring capability. Block 1 Initial Operational Capability (IOC) occurred in July of 2005 with subsequent releases continuing until the final release in Oct 2009. Full Operational Capability (FOC) is planned for FY 2011 upon completion of the Transactional User (TU) Web Based Training (WBT). TFSMS production is defined as the following:(1) TFSMS Block 1 System described in Section 2.1 (2) The Content Awareness Suite described in Section 2.2(3) The Application Performance Management capability described in Section 2.3(4) The NIPR and SIPR MCOS described in Section 2.4(5) The TFSMS production hosting environment described in Section 2.5(6) The TFSMS development environment Increment II development requirements are described in the Increment II CDD as well in the TFSMS System Design Specification and Requirements Traceability Matrix. 2.2.PurposeThe primary purpose of this RFI and resulting Request for Proposal (RFP) is to solicit businesses that can provide support contractors services to provide the full range of services and support to sustain the deployed TFSMS capability while at the same time designing, producing, testing and integrating new TFSMS functionality (Increment II). Marine Corps Systems Command (MCSC) will be awarding a TFSMS Increment II support IDIQ contract with a base year and five option years and the award of four initial task orders in the base year. Responses to this RFI are due by 1600 EST on 09 July 2010. See Section 5.0 for Point of Contact (POC) information. 3.RESPONSES 3.1.Response Format Interested parties are requested to respond to this RFI with a white paper in Microsoft Word for Office 2003-compatible format. A multitude of terms are used to describe the sharing of information among security classifications. 3.2.Response Deadline and Submissions White papers in Microsoft Word for Office 2003-compatible format are due no later than 09 July 2010 at 1600 EST. Responses shall be submitted in writing via e-mail to the POC listed in Section 5. Proprietary information, if any, must be clearly marked. To aid the Government in its review and evaluation, please segregate proprietary information. Please be advised that all submissions become Government property and will not be returned. 3.3.Administrative Response Requirements Section 1 (Administrative Response) of the white paper shall provide administrative information. The Administrative Response section has no page limit and shall include, at a minimum, the following information: Name, mailing address, overnight delivery address (if different from mailing address), phone number, fax number, and e-mail of designated POC. Recommended contracting strategy, with emphasis on performance incentives to ensure high quality documentation and deliverables and compliance with schedule. Business type (large business, small business, small disadvantaged business, 8(a)-certified small disadvantaged business, HUBZone small business, woman-owned small business, veteran-owned small business, service-disabled veteran-owned small business) based upon North American Industry Classification System (NAICS) code 541512, Computer Systems Design Services. "Small business concern" means a concern, including its affiliates, that is independently owned and operated, not dominant in the field of operation in which it is bidding on Government contracts, and qualified as a small business under the criteria and size standards in 13 CFR Part 121. A small business concern for the purposes of this procurement is generally defined as a business, including its affiliates, averaging no more than $23.0 million dollars in annual receipts. Receipts are averaged over a concern's latest three completed fiscal years to determine its average annual receipts. If a concern has not been in business for three years, the average weekly revenue for the number of weeks the concern has been in business is multiplied by 52 to determine its average annual receipts. Respondents are cautioned, however, that this is a general description only. Additional standards and conditions apply. Please refer to FAR Part 19 for additional detailed information on Small Business Size Standards. The FAR is available at http://www.acquisition.gov/comp/far/index.html. (1)The safeguarding and facility security clearance level of the respondent. (2)Information related to any proposed teaming partners/arrangements, if anticipated. (3)Information related to the contractor's GSA Federal Supply Schedule if the contractor has a GSA contract. (4)A statement as to the capability of providing contractor employees with the required secret level security clearances. 3.4.Technical Response Requirements Section 2 (Technical Response) of the white paper shall provide information in response to Section 3.0 of this RFI. The Technical Response section is limited to fifteen pages. The following information should be included: (1)The contractor's comments on the SOO with regard to SOO deficiencies, inconsistencies, and any additional information not identified within the SOO needed by the contractor to adequately respond to the RFP. (2)The contractor's comments on the utilization of an incentive approach. (3)The contractor's comments on the challenges of doing EVM on this effort.(4)A reference list of related DoD contracts within the past three years, to include contract number, dollar value, a brief description of services, and POCs with phone number and email address.(5)A Rough Order of Magnitude (ROM) for the labor required to support this task. 4.DisclaimerThis RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked proprietary will be handled accordingly. Responses to the RFI will not be returned. In accordance with FAR 15.202(e), responses to this notice are not an offer and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI. 5.Contact InformationThe following is the Point of Contact (POC) for this RFI: Vicki Whiteman, 703.784.3184, any questions and/or comments should be submitted to the following e-mail address: vicki.whiteman@usmc.mil. Telephone inquiries will not be accepted. All questions and answers will be posted with the solicitation. It is the responsibility of industry to monitor www.neco.navy.mil for the release of any follow-on information. Please submit responses via e-mail in Microsoft Office format by 1600 EST on 09 July 2010, to the POC at vicki.whiteman@usmc.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M67854/M6785410R4828/listing.html)
 
Record
SN02186004-W 20100625/100623235107-b64154009fc96aa177a2b6112a2ec473 (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.