SOLICITATION NOTICE
L -- Extension of the ICE2 Transition Contract
- Notice Date
- 2/6/2012
- Notice Type
- Presolicitation
- NAICS
- 541330
— Engineering Services
- Contracting Office
- M67854 MARINE CORPS SYSTEMS COMMAND 2200 Lester Street Quantico, VA
- ZIP Code
- 00000
- Solicitation Number
- M6785410C7016A
- Response Due
- 2/15/2012
- Archive Date
- 3/5/2012
- Point of Contact
- Captain Monica P. Vaccariello 703-432-9842
- Small Business Set-Aside
- N/A
- Description
- The Marine Corps Systems Command (MCSC) intends to extend the period of performance of the Information, Command and Control, Equipment and Enhancements Transition Contract (ITC), M67854-10-C-7016, with General Dynamics Information Technology (GDIT). This extension will allow the continuation of Contractor Logistics Support (CLS) services by adding 12 option months. Options will be incorporated in one-month increments and will only be exercised as necessary to support the award of the competitive, follow-on contract. The scope of services being procured will be the same services currently provided under ITC and represents the minimum level of effort required to maintain the systems during the competition and award of the follow-on contract. There are approximately 66 Command, Control, Communications, Computers and Intelligence, Surveillance, and Reconnaissance (C4ISR) systems used throughout the Marine Corps that require continuous CLS services. The estimated dollar value of this action is $24 million. The Marine Corps is in the process of transitioning support for C4ISR equipment from ITC to a follow-on, competitively-awarded contract. GDIT is the incumbent contractor under ITC. The contract action advertised under this synopsis will provide continuation of services until such time the competitive, follow-on contract is awarded. The Government currently anticipates this new contract will be part of the Solution for the Information Technology Enterprise contract, which is a Defense Intelligence Agency competitively-awarded, Multiple Award Contract. There are approximately 66 C4ISR weapons systems across current Marine Corps areas (CONUS and OCONUS) that require CLS. CLS services provide a Field and Sustainment maintenance capability in the following areas: support necessary to ensure all equipment accountable to this contract meets Original Equipment Manufacturer (OEM) established standards, Government-specific technical requirements, Commercial-Off-The-Shelf (COTS) software and documentation management, spares storage and inventory, commercial warranty management, equipment installation/de-installation, and established operational functions necessary to support the user. The contractor must provide a management organization and automated infrastructure designed to support a complex equipment inventory that integrates with preventive and remedial maintenance practices. The contractor must be able to procure materials, under the terms of the contract and with Contracting Officer s Representative approval that will include direct repair materials, operational support materials, enhancement materials, and COTS software and licenses. The maximum performance threshold for Turn Around Time (TAT) shall be 48 hours. The contractor must assist with supporting government inventory audits and reconciliations, transfer of supported equipment as maintained configuration descriptions, transfer of equipment service record and in-process support work, and physical transfer of Government Furnished Property to authorized designee. There shall be optional services that the contractor may be asked to provide include: various levels of support for COTS software, technical support, remote diagnostics, installation of equipment, and familiarization for Government personnel. Services will be provided at multiple CONUS and OCONUS DoD and contractor facilities. CONUS sites include military installations and contract facilities that exist to support military installations. OCONUS areas of support include, but are not limited to: PACOM, CENTCOM, AFRICOM, and EUCOM. OCONUS locations include travel aboard naval ships in support of Marine Expeditionary Unit detachments. In the event that a contractor other than GDIT is awarded the follow-on, competitively-awarded contract, GDIT will assist the new contractor with the turnover (relief-in-place) from the transitional contract to the fully-competed contract. ITC will be operating concurrently with the follow-on contract. GDIT will provide all technical data to the Government and follow-on contractor. GDIT will provide a transition plan and 90-day schedule outlining how they will provide support in all matters (e.g., addressing turnover of equipment, security, and facilities; the transfer of knowledge; and other required information) to ensure a smooth transition. An extension to the current contract with the incumbent is being selected because award to any other source would create unacceptable delays in fulfilling the Marine Corps requirement for support until such time as a follow-on, competitively awarded contract may be put in place. Current CLS cannot be interrupted without causing unacceptable delays in services and degrading mission capability. Awarding a contract to a different source would create unacceptable delays in that all new contractor support personnel would be required to have their security clearances transferred or reinstated, complete mandatory training and medical screenings, and be processed through the lengthy contractor support deployment process. All deployed personnel would be required to return from OCONUS locations, with the government incurring that cost, as well as the cost to deploy new contractor support personnel needed for OCONUS locations. Additionally, an immediate cessation of CLS to the systems would occur. No corrective maintenance services would be performed to return the Mission Critical systems to an available status, and the entire fleet of equipment would become fully impaired within 4-6 months. Extension of ITC with the incumbent will allow current CLS to continue with no interruption until such time as a follow-on, competitively awarded contract may be put in place.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M67854/M6785410C7016A/listing.html)
- Record
- SN02668480-W 20120208/120206234543-91bb598f184e7de6f77b89e729bc175f (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 |