Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 26, 2018 FBO #6120
MODIFICATION

R -- LOGISTICS INTEGRATION DIVISION (LID) - Solicitation 1

Notice Date
8/24/2018
 
Notice Type
Modification/Amendment
 
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-R-0028
 
Response Due
9/25/2018 12:00:00 PM
 
Point of Contact
Joy Hughes, , Michael T Dennie,
 
E-Mail Address
joy.hughes@usmc.mil, michael.dennie@usmc.mil
(joy.hughes@usmc.mil, michael.dennie@usmc.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
M00264-18-R-0028 USMC Munitions Requirements Process (MCMRP) Class V(W) The Regional Contracting Office, National Capital Region, Marine Corps Base Quantico, VA currently has a requirement for technical and program support required for the United States Marine Corps Munitions Requirements Process (MCMRP) Class V (W) in accordance with the Office of of the Secretary of Defense (OSD) and the Office of the Commandant of the Marine Corps (CMC) guidance. Based on market research and other analysis, the USMC Munitions Requirements Process (MCMRP) Class V(W), contract shall be solicited as a 100% small business set-aside using competitive procedures. The requirement will be awarded as a Firm-Fixed Price (FFP) performance based contract with a one (1) base year and four (4) one (1) year option periods. The NAICS code associated with this requirement is 541690 (Other Scientific and Technical Consulting Services.) To qualify as a small business concern under the NAICS 541690 a small business must have average annual receipts of $15M or less. The requirement is needed in fiscal year 2019. This action will be solicited as a commercial service utilizing acquisition procedures under FAR Part 13.5. All terms, conditions, evaluation procedures, and instructions to offerors will be specified in an upcoming Request for Quote (RFQ) that will be posted on www.fbo.gov on or about 28 August 2018. All interested parties must be registered in the System Award Management www.sam.gov. It is the responsibility of the interested parties to independently review the referenced web link www.fbo.gov frequently for updates to any and all documents. Potential offerors will be responsible for downloading their copy of the RFQ and amendments, if any. Small Businesses who have questions regarding this posting may contact Ms. Joy Hughes via the following email: joy.hughes@usmc.mil or Mr. Michael Dennie, michael.dennie@usmc.mil. STATEMENT OF NEED (Note: A formal Performance Work Statement is under development is subject to change and will be provided with the formal RFQ.) BACKGROUND. 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) LOGISTICS INTEGRATION DIVISION (LID) CORE COMPETENCIES AND RESPONSIBILITIES: (The below is an overarching summary, the final RFQ will delineate exact requirements) •· TASK 1: Analysis- Information exchanges, participation in formal Ammunition Working Group events, demonstrating use of modeling tools such as short fall calculator and ammunition funding analyze, providing insight into modeling tools, methodologies. •· TASK 2: Maintenance- 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, combat loads for the various forces, and all other MRP reporting. SPECIAL REQUIREMENTS A minimum Secret clearance is required to support all areas within LID unless otherwise specified. ALL CONTRACTOR PERSONNEL REQUIRING ACCESS TO CLASSIFIED INFORMATION AND ASSIGNED TO THIS PROGRAM SHALL POSSESS A SECRET CLEARANCE. The Prime Contractor and all Sub-contractors (though the Prime Contractor) shall certify in writing to the Government that personnel supporting this contract are "Qualified U.S. Contractors" per DoD Directive 5220.22-M Chapter 2 Section 2. Qualified U.S. Contractors are restricted to U.S. citizens, persons admitted lawfully into the United States for permanent residence, and are located in the United States. All personnel identified on the certification and/or supporting this contract shall be in compliance with Department of Defense (DoD), Department of the Navy (DoN), and Marine Corps Information and Personnel Security Policy to include completed background investigations (as required) prior to classified performance. This contract shall include a DoD Contract Security Classification Specification (DD-254 Form) as an attachment. The Contractor shall have a valid Secret Facility Clearance prior to classified performance or classified meetings at the Contractor's facility. The Government shall assist the Contractor in gaining access to Government agencies and installations related to the systems in question. The Contractor shall ensure that the employees are on the approved Government access list prior to entering any access controlled area. The Contractor shall notify the Government by written notice within 24 hours of Contractor personnel being added or removed from the access control list. ********PLEASE SEE ATTACHED USMC MUNITIONS REQUIREMENTS PROCESS (MCRP) CLASS V(W) SOLICITATION M00264-18-R-0028.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M00264/M00264-18-R-0028/listing.html)
 
Place of Performance
Address: Quantico, Virginia, 22134, United States
Zip Code: 22134
 
Record
SN05055852-W 20180826/180824231550-7d115d67865076584c9167989099109f (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.