Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 14, 2017 FBO #5865
SOURCES SOUGHT

R -- MID CBA Assessment Support

Notice Date
12/12/2017
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Navy, United States Marine Corps, MCB Quantico - National Capital Region (NCR), 2010 Henderson Road, Quantico, Virginia, 22134-5045, United States
 
ZIP Code
22134-5045
 
Solicitation Number
M0026418R0009
 
Archive Date
12/29/2017
 
Point of Contact
Marcus Whaley, Phone: 7037841900
 
E-Mail Address
marcus.whaley@usmc.mil
(marcus.whaley@usmc.mil)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
The Regional Contracting Office - Marine Corps Installation Command, National Capital Regional (RCO-MCINCR), Marine Corps Base (MCB), Quantico, VA is seeking sources to provide support services and subject matter expertise to the Marine Corps Air Ground Task Force (MAGTF) Integration Division (MID), Capabilities Based Assessment (CBA) Branch in the execution of their mission. CONTRACTING OFFICE ADDRESS: Regional Contracting Office- National Capital Region 2010 Henderson Road Marine Corps Base Quantico, Va. 22134-5001 INTRODUCTION: This SOURCES SOUGHT TECHNICAL DESCRIPTION is issued in accordance with PGI 206.302-1(d). Although, this sources sought is to conduct market research and determine the availability and technical capability, the resultant Bridge Contract will be awarded on a Sole Source basis. The Capabilities Development Directorate (CDD) MID CBA is seeking potential sources for technical and analytical support of the annual development of the Marine Corps Capabilities Based Assessment (MC CBA), which culminates with the production of the Marine Corps Enterprise Integration Plan (MCEIP), which is a consolidated summary of analysis from the MC CBA. DISCLAIMER: THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. CONTRACT/PROGRAM BACKGROUND: Contract Number: M00264-15-C-1027 Contract Type: Firm Fixed Price Incumbent and their size: Strategic Ventures Consulting Group (SVCG), LLC. - Small Business Method of previous acquisition: Full and Open Competition Description of the current program/effort: The scope of this effort requires analytical and technical expertise to support the Capabilities Based Assessment (CBA) Branch, Marine Air-Ground Task Force (MAGTF) Integration Division (MID), Capabilities Development Directorate (CDD), Deputy Commandant Combat Development and Integration (DC CD&I) in the development of annual CBA products for the Marine Corps. Annual execution and support requirement of Marine Corps Capabilities Based Assessment (MC CBA) culminates with the production of the MCEIP, which is a consolidated summary of analysis from the MC CBA. MC CBA contents include: an analysis of strategic guidance and results of stakeholder participation in a MC CBA Wargame, identified Marine Corps capability requirements and capability gaps shortfalls and excesses, recommended solution strategies to eliminate or mitigate capability gaps, and an enterprise capability management plan that summarizes resourcing recommendations that are aligned to the Commandant's strategic goals for the Marine Corps' 10 year future objectives. Through the identification of the capabilities required by future Marine Corps forces, MC CBA establishes the point of departure for resource decision-making and timely delivery of capabilities to the Marine Corps Enterprise. SOURCES SOUGHT: The anticipated North American Industry Classification System Code (NAICS) for this requirement is 541330, with the corresponding size standard of $15 million. This Sources Sought Synopsis is requesting responses to the following criteria OLNY from all sources that can provide the required services immediately under the NAICS Code. To assist RCO-NCR in making a determination regarding the level of participation by small business in any subsequent procurement that may result from this Sources Sought, you are also encouraged to provide information regarding your plans to use joint venturing (JV) or partnering to meet each of the requirements areas contained herein. This includes responses from qualified and capable Small Businesses, Small Disadvantaged Businesses, Service Disabled-Veteran Owned Small Businesses, Women-owned Small Businesses, HUBZone Small Businesses, and 8(a) companies. You should provide information on how you would envision your company's areas of expertise and those of any proposed JV/partner would be combined to meet the specific requirements contained in this announcement. SUBMISSION DETAILS: Responses must include: 1) Business name and address; 2) Name of company representative and their business title; 3) Type of Business; 4) Cage Code; 5) Contract vehicles that would be available to the Government for the procurement of the product and service, to include ENCORE II, General Service Administration (GSA), GSA MOBIS, NIH, NASA SEWP, Federal Supply Schedules (FSS), or any other Government Agency contract vehicle. (This information is for market research only and does not preclude your company from responding to this notice.) Vendors who wish to respond to this sources sought should send responses via email NLT 14 Dec 2017, 10:00 AM Eastern Daylight Time (EDT) to marcus.whaley@usmc.mil. Interested vendors should submit a brief capabilities statement package (no more than ten (10) pages) demonstrating ability to perform the services listed in this Technical Description. Documentation should be in bullet format. Proprietary information and trade secrets, if any, must be clearly marked on all materials. All information received that is marked Proprietary will be handled accordingly. Please be advised that all submissions become Government property and will not be returned. All government and contractor personal reviewing RFI responses will have signed non-disclosure agreements and understand their responsibility for proper use and protection from unauthorized disclosure of proprietary information as described 41 USC 423. The Government shall not be held liable for any damages incurred if proprietary information is not properly identified. Contracting Office Address: 2010 Henderson Road Quantico, Virginia 22134-5045 United States
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M00264/M0026418R0009/listing.html)
 
Place of Performance
Address: 2010 Henderson Road, Quantico, Virginia, 22134, United States
Zip Code: 22134
 
Record
SN04765197-W 20171214/171212231757-623a13d53690d4ce9c06f52a690268b2 (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.