Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 08, 2025 SAM #8564
SOURCES SOUGHT

R -- Program Manager Motor Transport Support Services

Notice Date
5/6/2025 11:48:36 AM
 
Notice Type
Sources Sought
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
COMMANDER QUANTICO VA 22134-6050 USA
 
ZIP Code
22134-6050
 
Solicitation Number
M67854-25-I-3008
 
Response Due
6/12/2025 11:00:00 AM
 
Archive Date
06/27/2025
 
Point of Contact
David Cox, Tianna Brown
 
E-Mail Address
david.cox1@usmc.mil, tianna.brown@usmc.mil
(david.cox1@usmc.mil, tianna.brown@usmc.mil)
 
Description
Program Manager Motor Transport Support Services This request is for planning purposes only and does not constitute an Invitation for Bids, a Request for Proposal (RFP), a Solicitation, a Request for Quote (RFQ), or an indication the Government will contract for the items contained in this 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 receive feedback from industry regarding the following effort in support of market research. 1.0 Introduction Program Manager Motor Transport (from here on referred to as PMO) program office is seeking to identify vendors interested in providing program and acquisition support. The PMO resides in Program Executive Officer Land Systems (PEO LS) and is responsible for research, development, acquisition, and total lifecycle management of all new Marine Corps light, medium and heavy tactical wheeled vehicle acquisition programs and ancillary equipment. The PMO is also the lifecycle manager of fielded light, medium and heavy tactical wheeled vehicle systems, gunner protection kits and the aforementioned ancillary equipment, with a focus on establishing and maintaining effective, comprehensive program management, financial management, logistics support and systems engineering support within specific cost, schedule and performance parameters. The PMO�s portfolio of programs includes: Family of Joint Light Tactical Vehicles (JLTV) to include the JLTV Trailer Family of High Mobility Multi-Purpose Wheeled Vehicles (HMMWV) to include Light Tactical Trailer Family of Ultra-Light Tactical Vehicles (ULTV) Family of Gunner Protection Kits Family of Medium Tactical Vehicle Replacement (MTVR) to include all Medium Tactical Trailers with any follow-on medium lift capability Family of Aircraft Rescue Firefighting Vehicles (P-19R) Family of Logistics Vehicle System Replacement (LVSR) to include all Heavy Tactical Trailers The PMO is organized into several areas of effort, including new procurements of the JLTV, ULTV, future Aircraft Rescue Firefighting Vehicles and any medium tactical lift replacements, life cycle management and sustainment of legacy fleet light, medium and heavy tactical vehicles, gunner protection kits and ancillary equipment. The PMOs overall organizational structure is staffed by the following functional competencies: program management (project, acquisition, cost analysis, and business management), financial management, contracting, systems engineering, logistics (Field Support Representation (FSR) and equipment specialists), and administrative support (SharePoint Online (SPO), Defense Travel System (DTS), and office administration). Given the complex mission, the PMO requires a vendor teammate who possesses the technical expertise to assist in a wide range of activities to include platform survivability, system life cycle and automotive engineering analysis for various developmental, production, test, and sustainment activities, integration of systems onto tactical wheeled vehicle platforms. Other tasks include requirements development and the ability to provide, administer, and maintain a reliability modelling tool capable of simulating a given system's operational characteristics to provide reliability estimates and assessments of the effects of design changes on a given system. From a life cycle management perspective, the PMO requires a teammate who possesses the capability to provide, administer, and maintain a database designed to equip the PMO with the capability to capture and integrate data from enterprise Marine Corps databases (Total Force Structure Management Structure (TFSMS), Global Combat Support System-Marine Corps (GCSS-MC), Best Ever All-Around Sustainment Tool (BEAST), Logistics-Data and Analysis Reporting Tool (L-DART), and Total Life Cycle Management (TLCM)) into a dashboard like system capable of monitoring, tracking, and scheduling planned logistics modernization and sustainment efforts throughout a given system's life cycle in accordance with the Integrated Defense Acquisition, Technology, and Logistics Life Cycle Management System. The PMO is located aboard Marine Corps Base (MCB) Quantico, Virginia. The Contractor�s primary place of performance will be at the Contractor's facility, no more than 20 miles from the Government facility aboard MCB Quantico. Some tasks may require on-site support at the Government facility. Travel to various locations shall be required to support the PMOs mission requirements. The period of performance is anticipated to be one (1) base year with four (4) option years. The Contractor will need to provide an adaptable, flexible team structure best suited to accomplishing both planned and emergent tasks, with an emphasis on maximizing productivity, efficiency, and accountability. 2.0 Specific Support Requirements Program management support requires close interaction with all assigned functional and competency area personnel within the PMO. The Contractor shall provide acquisition analysis to support the requirements mandated by Department of Defense (DoD) and Secretary of the Navy policies and directives. The Contractor shall be capable of developing, reviewing, and updating program acquisition documents including: Acquisition Strategy/Acquisition Plans (AS/AP) Acquisition Program Baseline (APB) Acquisition Decision Memorandum (ADM) Acquisition Program Milestones/Gate Reviews Cost Analysis Requirement Documents (CARD) Program Protection Plans (PPP) Business Case Analyses (BCA) Statements of Work (SOW)/Statements of Objectives (SOO)/Performance Work Statements (PWS) Quarterly Vendor In-Process Reviews Quarterly Program Management Reviews (PMR) Life Cycle Cost Estimates (LCCE) Security Classification Guides (SCG) Life Cycle Sustainment Plan (LCSP) Fielding Plan (FP) Disposal Plan (DP) Manpower Personnel and Training Plan (MPTP) Logistics support shall assist with planning, coordinating, and executing comprehensive life-cycle support for the PMO projects. The Contractor shall develop, update, and evaluate logistics documentation. The Contractor shall provide support to the PMO in the development, monitoring, and updating of supply chain management, readiness reporting, technical data, ability to support administrative operation of vehicles support equipment, audits, FSRs at all major Marine Corps bases (Camp Lejeune, Albany, GA, Barstow, CA, Camp Pendleton, Marine Corps Bases Hawaii, and Okinawa, Japan) equipment specialists (Albany, GA) and logistics documentation. The Contractor shall possess a working knowledge or familiarity with the Government systems, to include but not limited to: Global Combat Support System � Marine Corps (GCSS-MC) Defense Property Accountability System (DPAS) Technical Data Management-Catalyst (TDM-Catalyst) Total Force Structure Management System (TFSMS) Wide Area Workflow (WAWF) Logistics Data Analysis Reporting Tool (L-DART) Best Ever All-Around Sustainment Tool (BEAST) Asset Management support shall apply generally accepted accounting principles (GAAP), as well as follow DoD, Department of the Navy (DoN), and United States Marine Corps (USMC) policies to support the PMO in executing and/or reporting of financial relevant and supply accountability transactions in support of Financial Improvement and Audit Readiness (FIAR) reporting. The Contractor shall be capable of performing: Obtaining and maintaining key supporting documentation (KSD) Researching and developing certifications for Military Equipment Valuation (MEV) Identify, track and report configuration changes for Capital Improvement (CI) Birthing, transfer and redistribution of assets Physical audit site visits Reconciling inventory discrepancies and reporting lost or damaged property Training system support shall provide support to the PMOs Manpower, Personnel and Training Specialist, Logisticians and Systems Engineers in the identification, analysis, design, development, implementation, and evaluation of training requirements, solutions, strategies, plans and planning of training requirements, programs of instructions, and schedules associated with the PMO programs. Systems Engineering support shall deliver technical and engineering support for the PMO programs to include the conduct of research, studies and analyses to inform vehicle and gunner protection kit system development, maintenance, and modifications, and develop report deliverables associated with the results of such efforts. The Contractor shall provide defense system-focused engineering services that also include system design, system integrations, quality assurance, configuration management, systems safety, test & evaluation and system engineering change proposals to enhance the capabilities of tactical wheeled vehicles and trailers, and gunner protection kits. The Contractor shall be capable of providing engineering support that shall include performance of tasks which may require viewing, handling, and managing information at the SECRET classification level in accordance with the most current version of the PMO security classification guides. The Contractor shall be capable of supporting the development and execution of System Engineering Technical Reviews to support programmatic decisions. Requirements Analysis and Development: The Contactor shall need to employ systems engineering fundamentals to analyze and aid in the development of requirements for emerging tactical wheeled vehicle or ancillary technologies within the PEO LS portfolio or Marine Corps Systems Command programs. Utilizing a knowledge point based technical approach; the Contractor will need to coordinate with combat and material development activities to support Joint Capabilities Integration and Development System (JCIDS) requirements as codified by the Requirements Management and Analysis Plan (RMAP) of each individual program. Functional analysis combined with engineering expertise in the areas of systems engineering, survivability and reliability will be required in order to aid in the development of emerging capabilities as well as employing collected knowledge from testing, and trade off analysis to finalize existing or evolving requirements. Financial Management Support shall conduct analysis of program financial management data and prepare budget execution and funding documents for programs under the direction of the PMO Government financial team. This analysis shall ensure consistency of data across all program and stakeholder Integrated Product Teams (IPTs). The Contractor shall prepare updates and/or revisions to existing financial management documents. These updated documents shall include changes to reflect new or updated Government policies, regular program progress, changes to the program�s budget, regular program reviews, and upcoming program milestones. Furthermore, the Contractor shall assist the PMO by completing required audit actions in support FIAR requirements. Administrative Support shall provide on-site Administrative Support at MCB Quantico, Virginia. The Contractor shall prepare, review, track and file official correspondence in support of the PMO, which includes official messages using AMHS in support of program office operations. The Contractor shall review DTS authorizations and vouchers upon submission by Government travelers, as well as prepare DTS vouchers for review and submission by program office travelers. The Contractor shall coordinate and schedule meetings in support of the program office to include the preparation of agendas, meeting minutes, and presentation materials for each meeting attendee. The Contractor shall serve as SharePoint Site Administrator and tier 1 and tier 2 support, capable of managing permissions, creating and managing sites, lists, and document libraries. The Contractor shall provide support for the PMO SharePoint sites to include information management, workflow and template development, SharePoint training, site development, and administration of all existing PMO SharePoint site collections. The Contractor shall develop, maintain and monitor content, and integrity of the PMO SharePoint sites and site collections, which are used as the platform for information management and document collaboration. 3.0 Response Contractors who believe that they possess the expertise, proven capability and experience to fulfill the preceding requirements are invited to submit technical and management capabilities addressing the requirements in writing. Do not include, attach, or send brochures in addition to your response. Contractors responding to this RFI should be registered in the System for Award Management (SAM) and have completed their Online Representations and Certifications Application (ORCA). Respondents are requested to include information such as: Company name, address, email, telephone number, point(s) of contact Commercial and Government Entity (CAGE) Code and Data Universal Numbering System (DUNS) Number Size of business pursuant to North American Industrial Classification System (NAICS) code 541611 (Administrative Management and General Management Consulting Services) Contractors are requested to respond to the following questions: Is your business a large or small business, If small, does your firm qualify as a small, emergent business, or a small, disadvantaged business, If disadvantaged, specify under which disadvantaged group and whether your firm is certified under Section 8(a) of the Small Business Act, Is your firm a certified HUBZone firm, Is your firm a woman-owned or operated business, Is your firm a certified Service-Disabled Veteran-Owned Business, and What your company's core competencies are. To the maximum extent possible, please submit non-proprietary information. All information received in this RFI that is marked proprietary will be handled accordingly. All responses to the RFI become Government property will not be returned, nor will acknowledgement of receipt be made. In accordance with FAR 15.201(e), responses to this RFI are not offers and will not be accepted by the Government to form a binding contract. This RFI does NOT constitute an RFP nor a promise to issue an RFP in the future. Limit your response to no more than 10 pages (size: 8.5 x 11 pages, single spaced, with 1-inch margins), using Times New Roman 12 pt. font or equivalent, and submitted in Microsoft Word 2003 or Adobe PDF formats. The submission shall be clearly readable and legible. Any charts and graphics will count toward the overall page count. Please send responses via e-mail to Contract Specialist, Mr. David Cox at david.cox1@usmc.mil, and Contracting Officer, Ms. Tianna Brown at tianna.brown@usmc.mil no later than 1400 Eastern Standard Time (EST) on 12 June 2025 with the subject line �RFI � Program Manager Motor Transportation Support Services�. Telephone replies will not be accepted. 4.0 Questions Questions or comments regarding this notice may be addressed to Contract Specialist, Mr. David Cox at david.cox1@usmc.mil, and Contracting Officer, Ms. Tianna Brown at tianna.brown@usmc.mil, by email only. No questions will be accepted after 1600 EST on 26 May 2025. The Government intends to respond to as many questions as practicable and will respond to questions via an amendment to this RFI posted to the SAM website at https://www.sam.gov so that all interested parties will benefit from the same information. It is the industry�s responsibility to monitor the site for the release of any amendment to this announcement; however, if some of the answers to the industry�s question include Controlled Unclassified Information (CUI), only vendors who have provided the Government with their U.S. Postal mailing address and valid CAGE code will be provided such information.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/e4c1990728c34766aa92573ee2362a80/view)
 
Place of Performance
Address: Quantico, VA 22134, USA
Zip Code: 22134
Country: USA
 
Record
SN07433304-F 20250508/250506230056 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.