Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 11, 2017 FBO #5740
SOURCES SOUGHT

R -- PM AAA Support Services

Notice Date
8/9/2017
 
Notice Type
Sources Sought
 
NAICS
#541330 — Engineering Services
 
Contracting Office
Department of the Navy, United States Marine Corps, MARCORSYSCOM, 2200 Lester Street, Quantico, Virginia, 22134, United States
 
ZIP Code
22134
 
Solicitation Number
M67854-17-R-0262
 
Archive Date
9/8/2017
 
Point of Contact
Morgan C. Brady, , Carl Bradshaw,
 
E-Mail Address
morgan.brady@usmc.mil, carl.bradshaw@usmc.mil
(morgan.brady@usmc.mil, carl.bradshaw@usmc.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
PEO LS (PM AAA) SOURCES SOUGHT DOCUMENT NOTE: THIS IS NOT A SOLICITATION FOR PROPOSALS. THIS IS A SOURCES SOUGHT NOTICE ONLY. This Request for Information (RFI) is for planning and informational purposes only and shall NOT be considered as a Request for Proposal (RFP) or as an obligation on the part of the Government to acquire any products or services. The Government will NOT be responsible for any costs incurred in responding to this RFI or furnishing the requested information. No entitlement to payment of direct or indirect costs or charges by the Government will arise as a result of a contractor's submission of responses to this RFI or the Government's use of such information. The Government reserves the right to reject, in whole or in part, any contractor's input resulting from this RFI. No contract will be awarded from this announcement. Pursuant to Federal Acquisition Regulations (FAR) 15.201(e), responses to this RFI are not offers and cannot be accepted by the Government to form a binding contract. 1. Purpose The United States Marine Corps (USMC) Program Executive Officer Land Systems Marine Corps (PEO LS) is conducting market research in accordance with FAR Part 10, to determine the availability of qualified, experienced, and interested potential SMALL BUSINESS sources, as defined in FAR 19. PEO LS is seeking interested sources capable of providing support for business, acquisition, logistics, engineering and testing related activities to include acquisition policy and program documentation; program analysis; acquisition logistics management support; financial management; engineering; and testing support. The primary focus is to support tasks related to the development and upgrade of Assault Amphibious Vehicles (AAVs) and the Amphibious Combat Vehicles (ACVs) for the Program Manager, Advanced Amphibious Assault (PM AAA) Program Office. The duration of the business arrangement will consist of a base year plus three (3) one-year option periods (all options may or may not be exercised), beginning in February 2019. The Government requires a Contractor who can align itself to support the PM AAA Program with an efficient mix of personnel utilizing an effective combination of experience. The Government requires a Contractor who can provide an adaptable, flexible team structure that is best suited to accomplishing both planned and emergent tasks. Government emphasis is on a Contractor organization structure that maximizes productivity, efficiency, and accountability. The successful Contractor will be required to execute a scope of the work that provides for high quality, timely, and well-integrated support services by incorporating the proper labor category mix and demonstrate the most effective use of personnel. The AAV and ACV business, acquisition, logistics, engineering, and testing related requirements include: •· Conduct logistics, test and evaluation, and engineering analysis; •· Assist with acquisition documentation for program milestones; •· Prepare briefings and associated materials as required to support program tasks; •· Attend program meetings to facilitate information gathering for Government program manager decision making; and •· Travel to Contractor sites, Government facilities, field activities, test facilities and ranges, and laboratories to gather information, conduct fact finding, and to monitor completion of Government assigned action items. •· Estimated types of labor are as follows: Contract Maintenance/Execution (6%); Engineering (34%); Financial Management (3%); Logistics (22%); Program Management (21%); Test and Evaluation (14%) The Government anticipates that the work to be performed under this contract will involve access to sensitive and classified information. 2. Background PM AAA is responsible for the sustainment and upgrade of the existing AAV, and development of ACV. AAV sustainment procurements will meet Acquisition Category (ACAT) III threshold requirements, and ACV acquisition program will meet ACAT I requirements. 3. Submission Instructions and Format Interested SMALL BUSINESS firms are invited to respond to this Sources Sought Notice by providing the following information: a. Name and address of applicant/company (Corporate/Principal Office); b. Name, telephone number, fax number, and e-mail address of point of contact; c. Seaport-e Contract Number and applicable Seaport-e region(s); d. CAGE Code and DUNS Number; e. Small business type (veteran-owned, service-disabled veteran-owned, women-owned, etc.); f. White paper providing statement of capabilities; g. Relevant past performance with supporting DoD and/or Department of Navy acquisition program management offices (please identify the North American Industry Classification System [NAICS] code the work was performed under; and the contract type [i.e. FFP, CPFF, T&M] used by the customer to acquire the cited work); h. Number of calendar days required to develop a responsive proposal; and i. Identify any unique requirements to perform described work for PM AAA (e.g. on-site and off-site requirements, financing terms, and special equipment) 4. Responses Please do not submit proposals at this time. The Government is only seeking sources/information for market research to determine the availability of qualified, experienced, and interested potential SMALL BUSINESS sources, as defined in FAR 19.502. Please be advised that any proprietary information must be marked as such on a page-by-page basis. The Government will not assume that any of the information provided by a respondent is proprietary unless it is conspicuously marked on a page-by-page basis. Moreover, the Government does not assume any duty to contact a respondent and inquire whether any unmarked information submitted in response to this RFI is proprietary. Acknowledgement of receipt will not be made. Availability of any formal solicitation will be announced separately. Submittals will not be returned to the sender. Respondents will not be notified of the results of the evaluation. Complete responses are requested no later than 1500 Eastern Standard Time on 24 August 2017. Responses shall be submitted electronically via e-mail to the Contracting Officer, carl.bradshaw@usmc.mil and Contract Specialist, morgan.brady@usmc.mil. Responses shall be no more than ten (10) pages, excluding cover sheet. Submissions shall be single-spaced, 8.5 x 11 paper, 1 inch margin, and no smaller than 12 point type, and submitted in Microsoft Office compatible format or searchable (non-scanned) PDF compatible format. 5. Questions Questions regarding this announcement shall be submitted only in written format by e-mail to the Contracting Officer, carl.bradshaw@usmc.mil and Contract Specialist, morgan.brady@usmc.mil. Verbal questions will NOT be accepted. Questions shall NOT contain proprietary or classified information.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/Contracts_Office_CTQ8/M67854-17-R-0262/listing.html)
 
Place of Performance
Address: Stafford, Virginia, United States
 
Record
SN04620592-W 20170811/170809232523-c374162b36c91060e9e247d4ddde582d (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.