Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 03, 2003 FBO #0520
SOURCES SOUGHT

R -- CEOss open season

Notice Date
5/1/2003
 
Notice Type
Sources Sought
 
Contracting Office
Department of the Navy, United States Marine Corps, Marine Corps Systems Command, 2033 Barnett Avenue Suite 315, Quantico, VA, 22134-5010
 
ZIP Code
22134-5010
 
Solicitation Number
Reference-Number-CEOSS-2003
 
Archive Date
7/1/2003
 
Point of Contact
Tina Bruggeman, Contract Specialist, Phone (703) 784-0335, Fax (703) 784-1148, - Cynthia Wells, Contract Specialist, Phone (703) 784-3353, Fax (703) 784-1148,
 
E-Mail Address
bruggemantr@mcsc.usmc.mil, wellscr@mcsc.usmc.mil
 
Small Business Set-Aside
Partial Small Business
 
Description
The Marine Corps Systems Command (MCSC) intends to augment their existing pool of technical and analytical services contractors for FY04. Both existing vendors and new vendors will be provided with the opportunity to participate in the Command?s Commercial Enterprise Omnibus support services (CEOss) business model, established in August 2002. To date, $50 million in task order awards have been accomplished, with an average value of $725 thousand. CEOss is predicated upon Federal Acquisition Regulation (FAR) 8.404(b)(4), which authorizes agencies to issue Blanket Purchase Agreements (BPAs) with Federal Supply Service (FSS) contractors. Twenty-two competitively awarded BPAs have been established with contractors using approved FSS schedules aligned with four (4) competency-based domains. MCSC is conducting a CEOss Open Season to allow current prime contractors to (1) reorganize their teams and (2) add additional CEOss prime vendors to the Business and Analytical (BA) and Specialty Engineering (SE) Domains. Only one (1) small business team is expected to be added to the BA domain, and no more than four (4) firms of unrestricted size added to the SE Domain. CEOss Background Information: Individual Task Orders are competitively awarded to BPA contractors within their respective domains. There is no maximum dollar limitation on any task order, nor any minimum order amount assigned to the BPAs. The CEOss model relies exclusively on paperless, e-commerce transactional processes. There are four (4) domains within the CEOss model: Specialty Engineering, Business and Analytical, Engineering and Scientific, and Acquisition, Logistics and Administrative. Vendors are required to identify the domain for which they would like to be considered for a prime BPA. To be selected for the Specialty Engineering domain, vendors must have one of the following GSA schedules: 874 ? MOBIS, 871 ? Engineering Services, 899 ? Environmental Services, 70- IT Services and Support, 873 ? Lab Testing and Analysis. To be selected for the Business and Analytical domain, vendors must have one of the following GSA Schedules: 874 ? MOBIS, 872 ? Financial Management Services, 69 ? Training Services. Although vendors may receive a prime BPA award in only one of the four domains, teaming and subcontracting relationships within the domains are unrestricted. Instructions for new CEOss applicants: To be considered for a CEOss prime BPA, interested vendors should submit the following information NLT 16 June 2003: A capabilities statement, limited to five (5) pages that identifies capabilities within the domain of prime interest (BA or SE); a copy of the applicable GSA Schedule, and general marketing information. All material should be submitted on CD-ROM; no paper will be accepted. Only small businesses will be considered for the single BA Domain opening. All business sizes will be considered for the SE Domain openings. Vendor information will be matched to domain (i.e., Command) requirements to establish a baseline that considers both pricing and technical sensitivity within the domain. Vendors will be selected on the basis of "fit" within each domain, respective of price and services offered. Those vendors illustrating the best conforming capabilities will be notified and issued a formal solicitation NLT 14 July 2003. Responses will be due within fifteen (15) days after release on 4 August 2003. Competitive selection and award of BPAs will occur NLT 14 August 2003. RFI responses can be mailed to the following address: COMMANDER, MARCORSYSCOM CODE ACSS, 2033 Barnett Ave, Suite 315, Quantico, VA 22134-5010. Responses submitted by FED-EX or UPS should be sent to the following address: COMMANDER, MARCORSYSCOM, 2033 Barnett Ave, Room 202, Attn: Cynthia Wells, Code ACSS, Quantico, VA 22134-5010. Instructions for existing CEOss Prime Vendors: To realign teaming relationships on your existing CEOss BPA, you are required to submit the following information: An initial statement of intent, limited to two (2) pages, that discusses the proposed changes to your team structure and the ability of that new team to continue to support MCSC programs; a copy of any new, or revised GSA Schedules for your team, and an updated excel spreadsheet of all of the GSA rates for your team from September 2003-September 2005 (including rates from existing GSA team schedules). A workshop will be held, by domain, for existing CEOss prime vendors during the week of May 19-23, 2003, to provide detailed information about specific submission requirements. Existing CEOss prime vendors will be contacted by their domain PCO to schedule the workshop. Existing BPAs will be bilaterally modified to update labor rates (Attachment C). Timeline of events for existing CEOss Prime Vendors: CEOss Workshops for existing prime vendors: NLT 23 May 2003 Initial statement of Intent NLT 7 July 2003 SE Domain revised teaming arrangements due: NLT 1400, 14 July 2003 ALA Domain revised teaming arrangements due: NLT 1400, 28 July 2003 BA Domain revised teaming arrangements due: NLT 1400, 04 Aug 2003 ES Domain revised teaming arrangements due: NLT 1400, 11 Aug 2003 All responses from existing CEOss Prime Vendors shall be submitted electronically to the following email address: ACSS@mcsc.usmc.mil. Any questions regarding this RFI shall be submitted electronically to the ACSS Office at ACSS@mcsc.usmc.mil. Additional information regarding the CEOss program can be found at www.marcorsyscom.usmc.mil/sites/acss/default.asp.
 
Place of Performance
Address: 2033 Barnett Ave., Quantico, Virginia
Zip Code: 22134
Country: USA
 
Record
SN00316321-W 20030503/030502074052 (fbodaily.com)
 
Source
FedBizOpps.gov 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.