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
MODIFICATION

D -- Post Deployment Sustainment Support - GCSS-MC - Draft RFP for GCSS-MC PDSS

Notice Date
12/19/2017
 
Notice Type
Modification/Amendment
 
NAICS
541511 — Custom Computer Programming 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-I-7600
 
Point of Contact
Randall J. Jewett, Phone: 7034325799, Albert Whitley, Phone: 703-432-5799
 
E-Mail Address
randall.jewett@usmc.mil, albert.whitley@usmc.mil
(randall.jewett@usmc.mil, albert.whitley@usmc.mil)
 
Small Business Set-Aside
N/A
 
Description
There was an error in the previous version of the spreadsheet. Please use this version instead. Request to receive Government Furnished Information. After information is received and facility clearance is verified, access will be granted to view GFI. If unable to access data electronically, a CD may be forwarded. Comment Resolution Matrix (CRM) DRAFT Request for Proposal for the GCSS-MC Post Deployment System Support (PDSS). THIS IS A REQUEST FOR INFORMATION (RFI), this request is for continued planning purposes only, and does not constitute an Invitation for Bids, Request for Proposals, Solicitation, Request for Quote, or any other indication that the Government will contract for the items contained within the RFI. The Government will not reimburse respondents for any cost(s) associated with submission of the information being requested. The purpose of this RFI is to seek feedback from vendors on a draft request for proposal package to include the Performance Work Statement (PWS), Contract Line Item Number (CLIN) structure, Contract Data Requirements List (CDRL), Government Furnished Information, labor categories, and sections L&M for Post Deployment System Support (PDSS) of the Global Combat Support System - Marine Corps/Logistics Chain Management (GCSS-MC/LCM) Increment 1. Feedback provided will be used to enhance and clarify the documentation in preparation for the RFP. It is not the government's intent to publish any feedback answers or if the feedback is used. Request for Information Interested companies are invited to provide the following information to PMW 230 for consideration in finalizing the PDSS solicitation package documents. The information shall be presented in white paper format, and shall include: (1) Recommendations to enhance clarity to the draft Performance Work Statement, Contract Line Item Number (CLIN) structure, Contract Data Requirements List (CDRL), Government Furnished Information, labor categories, and sections L&M and (2) Any other information or recommendations that they believe the PMW 230 should consider in planning for future PDSS (3) Given the three Engineering Change Proposals located at the GFI link, determine if there is sufficient information in the provided GFI folder to accurately estimate the scope and cost of work to be completed in the ECP. The goal is to receive feedback from industry on the completeness of our GFI. (4) It is our intent to award a firm fixed price contract to either a single or multiple vendors. The PMO needs to know what type of issues or risks will arise if we have a contractor being the program integrator for all of the multiple contracts awarded off of the single solicitation. Interested parties should submit all PWS, CDRL, CLIN, Labor Categories, section L&M and GFI comments on the attached Comment Resolution Matrix (CRM). The CRM must be submitted to the contracting office POCs via email no later than 21 April 2017. Do not submit proposals! Do not submit proprietary information! The Government is only seeking information for market research purposes. Acknowledgement of receipt will be made. Availability of any formal solicitation, if and when issued, shall be announced separately. As a reminder, the Government will not pay for any materials provided in response to this RFI or any follow-up information requests. Submittals will not be returned to the sender. Submission formats are limited to the CRM in MS Office Word, Excel or Adobe PDF. Expectations for Post Deployment System Support (PDSS): The Contractor is expected to leverage industry best practices and apply mature processes, such as Information Technology Infrastructure Library Version 3 (ITIL v3) and Capability Maturity Model Integration (CMMI) Level 3, to deliver reliable, cost effective PDSS services. The Contractor shall work cohesively with the Government to identify opportunities for continual service improvements that enhance services while reducing total ownership costs. The Government's expectation is for the contractor to sustain the GCSS-MC/LCM Increment 1 system and deliver world class enterprise logistics services that satisfies established GCSS-MC operational capabilities, and meets user expectations. The contractor is expected to have proven experience managing PDSS efforts of similar scope, size, complexity, and value to GCSS-MC/LCM Increment 1. The contractor must be knowledgeable with Marine Corps logistics functions, the Oracle EBS, and delivery of PDSS services. Schedule & Other Requirements to be met: Only request the GFI if your company currently - 1) Holds a NAICS code of 541511 2) GSA IT Sched 70 or Seaport-E Interested parties are solely responsible for all costs and expenses associated with their respective response to this request. The Government will not reimburse interested parties for any direct and/or indirect costs and/or expenses associated with this request. Only email submittals will be accepted for requests for GFI. Email requests shall be sent to the following using the attachment on the next page: Albert H. Whitley Contracting Officer albert.whitley@usmc.mil Once the request has been vetted and approved, the vendor will receive a link via the provided email address to download the GFI. PLEASE NOTE: Interested parties shall agree that any Government Furnished Information (GFI) distributed or made available shall not, without the written permission of the Government, be used, modified, reproduced, released, or displayed. Contractors will be required to sign a nondisclosure agreement prior to receiving GFI. Interested parties must further agree that they shall not disclose any of the GFI to any person other than their subcontractors, suppliers, or prospective subcontractors or suppliers, who require any of the GFI to submit offers for, or perform, contracts under this effort. Prior to disclosing any of the GFI, the interested party shall require the persons to whom disclosure will be made to provide the Government with its agreement to the terms of this paragraph. Contracting Office Point of Contact: Procuring Contracting Officer (albert.whitley@usmc.mil). Contracting Office Address: 2200 Lester Street Quantico, Virginia 22134 United States Place of Performance: Stafford, Virginia United States Primary Point of Contact. Albert H. Whitley Contracting Officer albert.whitley@usmc.mil Phone: 703-432-5799 ------------------------------------------- 05 December 2016 The questions and answers from the Industry Day Briefing have been added as attachments. There is both a MS Word and MS Excel document added to this announcement. -------------------------------------------- 01 November 2016 The Industry Day Briefing is attached. Additionally, those interested parties that wish to provide their company's capabilities briefing should contact Marty Bouveron at mbouveron@icassoc.com to schedule a meeting. -------------------------------------------- 19 October 2016 THIS IS A REQUEST FOR INFORMATION (RFI), this request is for continued planning purposes only, and does not constitute an Invitation for Bids, Request for Proposals, Solicitation, Request for Quote, or any other indication that the Government will contract for the items contained within the RFI. The Government will not reimburse respondents for any cost(s) associated with submission of the information being requested. The purpose of this RFI is to seek feedback from vendors on a Performance Work Statement (PWS) for Post Deployment Sustainment Support (PDSS) of the Global Combat Support System - Marine Corps/Logistics Chain Management (GCSS-MC/LCM) Increment 1 and to announce an opportunity for interested industry to participate in an industry day. Background and Objective: Program Management Warfare -230 (PMW 230), GCSS-MC Program Management Office (PMO) manages a portfolio (family) of systems supporting logistics elements of command and control, joint logistics interoperability, as well as access to and visibility of logistics data. PMW 230's mission is to develop, deliver, and sustain logistics information systems that are relevant, responsive, reliable, and at the ready to maximize Marine Corps combat effectiveness. PMW 230 fielded Increment 1 of GCSS-MC/LCM (Acquisition Category (ACAT) IAC) and achieved a Full Deployment Decision (FDD) in December 2015 providing critical supply, maintenance, task organization, and request tracking functions. The original acquisition strategy for GCSS-MC/LCM was to field increments of capability that would build upon an Enterprise Resource Planning (ERP) construct backbone. The Oracle E-Business Suite (EBS) was selected through a competitive acquisition approach and was subsequently customized through the creation of Reports, Interfaces, Conversions, and Extensions (RICE) to meet Marine Corps logistics requirements. It is PMW 230's objective that a PDSS contract consolidating operations and sustainment activities to improve systems integration, increase throughput, alleviate / mitigate risks, and drive down overall lifecycle sustainment costs. Goals and Industry Solutions. PMW 230 is seeking Industry's feedback on ways to achieve the following goals as they relate to GCSS-MC PDSS activities: 1. Implement a sustainment and engineering approach that is focused on quality and throughput of system changes. PMW 230 is moving towards a technical management construct that accounts for pre-determined releases comprising capability drops mapped to prioritized trouble tickets. 2. Implement a technical management construct that minimizes baseline/code divergence between Production, Production Support System (PSS), and development environments. PMW 230 will host an Industry Day on 1 November 2016, from 0900 to 1500, seeking input from parties interested in responding to this Request for Information (RFI). The Industry Day will be held at Breckenridge Hall on MCB Quantico, VA. The Government will not pay for any expenses incurred to attend this event or respond to this notice. At the Industry Day, PMW 230 will present information regarding the draft PWS and offer an overview of the GCSS-MC system. Advance registration is required for attendance. Vendors should notify the Contracting office points of contact no later than 4:00 PM Eastern Standard Time (EST) 26 October 2016 to register for Industry Day. PLEASE NOTE: Interested parties shall agree that any Government Furnished Information (GFI) distributed or made available during the Industry Day event shall not, without the written permission of the Government, be used, modified, reproduced, released, or displayed. Contractors will be required to sign a nondisclosure agreement prior to receiving GFI. Interested parties must further agree that they shall not disclose any of the GFI to any person other than their subcontractors, suppliers, or prospective subcontractors or suppliers, who require any of the GFI to submit offers for, or perform, contracts under this effort. Prior to disclosing any of the GFI, the interested party shall require the persons to whom disclosure will be made to provide the Government with its agreement to the terms of this paragraph. Submission Instructions and Format Firms interested in attending the Industry Day shall contact the contracting office points of contact identified below no later than 4:00 PM EST on 26 October 2016, and shall provide the following information: (1) Name and address of applicant/company (Corporate/Principal Office). (2) Name, telephone number, fax number, and e-mail address of point of contact. (3) CAGE Code and DUNS Number. (4) Type of Business type (Large Business, 8(a), HUBZone, SDVOSB, or WOSB concern etc.) (5) Name, titles, and contact information for Industry Day attendance. (6) State whether or not your company and POC information can be published for partnering considerations. All communications shall be made via the contracting office. In order to be eligible for Industry Day attendance, interested parties must be registered in the System for Award Management (SAM). Request for Information Following the Industry Day event, interested companies are invited to provide the following information to PMW 230 for consideration in finalizing the PDSS Performance Work Statement. The information shall be presented in white paper format, and shall include: •(1) Discussion of the offeror's capabilities and past performance providing PDSS similar to GCSS-MC •(2) Recommendations to enhance clarity to the draft Performance Work Statement; and •(3) Any other information or recommendations that they believe the PMW 230 should consider in planning for future PDSS •(4) The Government invites Industry's recommendations on the use of incentive based contracting as a means to reward contractor performance in controlling costs, enhancing Return on Investment, and achieving performance and quality objectives. Interested parties should submit all PWS and GFI comments on the attached Comment Resolution Matrix (CRM). White papers and the CRM must be submitted to the contracting office POCs via email no later than 15 November 2016. Do not submit proposals! Do not submit proprietary information! The Government is only seeking information for market research purposes. Acknowledgement of receipt will be made. Availability of any formal solicitation, if and when issued, shall be announced separately. As a reminder, the Government will not pay for any materials provided in response to this RFI or any follow-up information requests. Submittals will not be returned to the sender. Submission formats are limited to either white paper or CRM in MS Office Word, Excel or Adobe PDF. All questions and responses from Industry Day will be published via the Federal Business Opportunities website (www.fbo.gov) for public viewing after the completion of this event. Any reference to the source of the question will be removed to provide anonymity to companies posing questions. Contracting Office Points of Contact: Albert Whitley, Procuring Contracting Officer ( albert.whitley@usmc.mil ). Contracting Office Address: 2200 Lester Street Quantico, Virginia 22134 United States Place of Performance: Stafford, Virginia United States Primary Point of Contact. Albert Whitley, Contracting Officer albert.whitley@usmc.mil Phone: 703-432-5799
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/Contracts_Office_CTQ8/M67854-17-I-7600/listing.html)
 
Place of Performance
Address: TBD, United States
 
Record
SN04770733-W 20171221/171219231043-84e6cc51d39239841cd9b65c755f5397 (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.