Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 21, 2017 FBO #5872
SOURCES SOUGHT

R -- USMC Non-Ordanance Modeling and Simulation

Notice Date
12/19/2017
 
Notice Type
Sources Sought
 
NAICS
541690 — Other Scientific and Technical Consulting 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
M00264-18-RFI-0301
 
Archive Date
1/19/2018
 
Point of Contact
Joy Hughes, , Marcus Whaley,
 
E-Mail Address
joy.hughes@usmc.mil, marcus.whaley@usmc.mil
(joy.hughes@usmc.mil, marcus.whaley@usmc.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a SOURCES SOUGHT TECHNICAL DESCRIPTION to conduct market research and determine the availability and technical capability of small businesses (including the following subsets, Small Disadvantaged Businesses, HUBZone Firms; Certified 8(a), Service-Disabled Veteran-Owned Small Businesses and Woman Owned Small Business) to provide the required products and/or services. 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: M00264-17-C-0024 Contract Type: FFP Incumbent and their size: QUANTICS Incorporated 211 Welsh Pool Road Suite 130 Exton, PA 193416 Method of previous acquisition: Full and open competition Business Size: Small This scope of effort specifies the technical and program requirements to develop United States Marine Corps Non-Nuclear Ordnance Requirements (USMCNNOR) Class V (W) in accordance with the Office of the Secretary of Defense (OSD) and the Office of the Commandant of the Marine Corps (CMC) guidance. Support the Logistics Integration Division (LID), Capabilities Development Directorate (CDD), Deputy Commandant Combat Development & Integration (DC CD&I). Anticipate 12 months of support with at least 4 Option Periods. Preponderance of support will be offsite at contractor facilities with limited onsite support at Capabilities Development Directorate (CDD), Quantico, VA. REQUIRED CAPABILITIES: 1. The United States Marine Corps (USMC), as required by the Office of the Secretary of Defense (OSD), quantifies munitions requirements in accordance with DoD Instruction 3000.04, Department of Defense Munitions Requirements Process (DoD MRP). DoD Instruction 3000.04 establishes policy, assigns responsibilities, and prescribes procedures for generating, developing, and disseminating DoD MRP products. It is DoD policy to establish a Total Munitions Requirement (TMR), with guidance from Secretary of Defense Memorandum, "Guidance for the Development of the Force (GDF)", Secretary of Defense Memorandum, "Guidance for the Employment of the Force (GEF)", and Under Secretary of Defense for Acquisition, Technology, and Logistics (USD (AT&L)) Memorandum, "DoD MRP Implementation Guidance (DoD MRP IG)" that arm military forces to perform their assigned military missions. Additionally, it is incumbent upon the Services to ensure that munitions requirements developed are visible, accessible, and understandable to the rest of the Department (except where limited by law, policy, or security classification). 2. The USMC, through the Munitions Requirements Class V (W) process, determines the USMC's munitions inventory requirements. The purpose of the MCMRP Class V (W) process is to develop munitions requirements for the USMC ground forces in accordance with the DoD MRP. The requirements are used to develop munitions procurement and maintenance plans and justification of budget requests in the services Planning, Programming, Budgeting and Execution process (PPBE). 3. The MCMRP methodology is compliant with the DoD MRP which currently defines the TMR as the sum of the War Reserve Munitions Requirement (WRMR) and the testing and training requirement (TTR). The WRMR is defined as the sum of combat requirement (CR), current operations / forward presence requirements (CO/FPR), and strategic readiness requirement (SRR). Aligned to the component requirements definitions in the DoD MRP, USMC CR consists of munitions required to equip a specified force structure to its designated military capability to meet Combatant Commander requirements in accordance with DoD guidance; CO/FPR consists of munitions required to arm forces to conduct current operations and meet forward presence obligations in accordance with the GEF; SRR consists of munitions needed to arm forces not committed to support combat operations in the assigned major combat operations, as well as those in the strategic reserve, and any additional munitions requirements generated from treaties or statutory obligations to allies; and TTR consists of munitions needed to train the force and test weapon systems. These elements may change as guidance is updated. 4. The requirements for those weapons included in the MCMRP process are computed by the contractor under the purview of the Logistics Integration Division (LID). Inputs include scenario descriptions and force employments, weapon inventories, platform and weapon capabilities, weapon Initial Operating Capability (IOC) date, targets, target priorities, and mission parameters and tactics. Most of the requirements are threat-based; however, some are Level-of-Effort (LOE) requirements. Threat-based MCMRP computations are based on destroying the enemy threat allocated to the USMC (ground side only). LOE munitions computations provide weapons to sustain a specific number of days of combat and are the product of rounds per shooter per day, number of shooters, and number of days. 5. Computer models have been developed to assist in developing inventory requirements. Currently there are three over-arching computer models in the MCMRP modeling suite. They are the WRMR model, Ammunition Funding Analyzer (AFA), and the Requirements Generator (ReqGen). The MCMRP Class V (W) modeling suite is operational on Personal Computers (PC's) and has been provided with a Graphical User Interface (GUI) to simplify use. 6. In fulfilling the requirements specified herein, the services shall demand ingenuity, creativity, careful attention to detail and sound study. Where appropriate, the Contractor shall provide recommendations to the Government on how to make the MCMRP process and products more meaningful and operationally relevant. The Contractor shall support all MCMRP MRP/POM cycles in progress during the period(s) of performance. The procedures of execution within each of these MCMRP cycles may be similar and overlapping, yet could change drastically. The Contractor must be able to quickly adapt to these changes. 7. The Contractor shall attend and support combatant command Phased Threat Distribution working groups, typically 1-2 per year. This requires in-depth knowledge and understanding of targets, weaponeering, target pairing, munitions capabilities and effects, and USMC capabilities. The Contractor shall ensure that threat data is entered into the models and a detailed analysis of the MRP threat allocations is used to prepare MRP change recommendations. Any discussions, issues, assumptions, methodology, and database changes related to the models shall be documented and taken for action if directed by the LID. Provide this information in the form of Minutes to the LID within 5 working days of conference conclusion. 8. Munitions requirements generation will require the Contractor to ensure databases and models (WRMR, ReqGen, and AFA) are updated with all applicable information to determine combat expenditures and combat loads for the various forces. Contractor shall coordinate with all required entities for data inputs required to develop the Total Munitions Requirement and all associated reports. All products and corresponding documentation will be furnished to the Contractor as Government Furnished Information (GFI). All changes to the models and the methodologies that the Contractor makes shall be thoroughly tested and documented in the Total Munitions Requirement (TMR). Models are subject to being verified, validated and accredited. 9. Once all MRP change recommendations are adjudicated by competent authority, the Contractor shall make computations and prepare an output brief, which details the results and change recommendations to the LID for approval. Afterwards, the Contractor shall compute the POM requirements after inclusion of any considerations is made in order to prepare and forward a final requirements package for signature. Additionally, the Contractor shall develop a Total Munitions Assessment and Sufficiency Assessment (TMA/SA), as directed by OSD or Joint Staff, which must validate that the TMR is sufficient to support the entire Marine Corps ground munitions requirement. SPECIAL REQUIREMENTS The Contractor shall be required to store, access and handle unclassified and classified (SECRET) information and documentation. Overarching security requirements and Contractor access to classified information shall be specified in the DD-254 form. Security management efforts, inclusive of retention of clearances and document handling and storage, are not to be charged to the Government and should be considered part of the Contractor's indirect labor base. The Government will not be responsible for getting subcontract companies cleared through any security measures. The Government will sponsor the Contractor's access to other Government facilities as required. Additional Contractor badging requirements will be delineated on the DD-254. The Contractor shall access Communication Security (COMSEC) information and Secured Internet Protocol Router Network (SIPRnet) at their facilities. SOURCES SOUGHT: The anticipated North American Industry Classification System Code (NAICS) for this requirement is 541690, with the corresponding size standard of (Other Scientific and Technical Consulting Services). This Sources Sought Synopsis is requesting responses to the following criteria ONLY from all sources or small businesses that can provide the required services 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. In order to make a determination for a small business set-aside, two or more qualified and capable small businesses must submit responses that demonstrate their qualifications. Responses must demonstrate the company's ability to perform in accordance with the Limitations on Subcontracting clause (FAR 52.219-14). 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 11:00 a.m. Eastern Daylight Time (EDT) January 4, 2018 to joy.hughes@usmc.mil and 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M00264/M00264-18-RFI-0301/listing.html)
 
Place of Performance
Address: Quantico, Virginia, 22191, United States
Zip Code: 22191
 
Record
SN04770649-W 20171221/171219231011-2c440e4235f666e788ba9abded393162 (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.