SOURCES SOUGHT
R -- UNITED STATES MARINE CORPS
- Notice Date
- 8/30/2017
- Notice Type
- Sources Sought
- 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
- M00264-17-SSA-0134
- Archive Date
- 9/15/2017
- Point of Contact
- Marcus Whaley, Phone: 7037841900, Michael P. Bogatyr, Phone: 7034321782
- E-Mail Address
-
marcus.whaley@usmc.mil, michael.bogatyr@usmc.mil
(marcus.whaley@usmc.mil, michael.bogatyr@usmc.mil)
- Small Business Set-Aside
- N/A
- Description
- SOURCES SOUGHT ANNOUNCEMENT The Regional Contracting Office - National Captial Regional (RCO-NCR), Marine Corps Base, Quantico, VA is seeking sources for UNITED STATES MARINE CORPS NON-NUCLEAR ORDNANCE REQUIREMENTS (USMCNNOR) CLASS V (W) CONTRACTING OFFICE ADDRESS: United States Marine Corps Installations, National Capital Region - Regional Contracting Office (MCINCR-RCO), 2010 Henderson Rd, Quantico, VA 22134. INTRODUCTION: This is a SOURCES SOUGHT ANNOUNCEMENT is issued in accordance with PGI 206.302-1(d). Although this sources sought is to conduct market research and determine the availability and technical capability of all sources to provide the required services, the resultant contract will be awarded on a Sole Source basis. This SSA allows potential contractors to submit a non-binding statement of interest and documentation demonstrating their corporate capabilities and suggestions that will allow the Government to refine its potential course of action. The SSA effort is intended to assess industry service capabilities and solicit feedback for acquisition planning purposes. The qualifying NAICS code for the majority of this effort is 541611. DISCLAIMER: THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. CONTRACT/PROGRAM BACKGROUND: Contract Number:M00264-14-C-1011 Contract Type: FFP Incumbent and their size : Quantics, Inc; Small Business Method of previous acquisition: Full and open competition The United States Marine Corps (USMC), as required by the Office of the Secretary of Defense (OSD), quantifies ordnance 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). The USMC, through the Non-Nuclear Ordnance Requirements Class V (W) process, determines the USMC's ordnance inventory requirements. The purpose of the USMCNNOR Class V (W) process is to develop ordnance requirements for the USMC ground forces in accordance with the DoD MRP. The requirements are used to develop ordnance procurement and maintenance plans and justification of budget requests in the services Planning, Programming, Budgeting and Execution process (PPBE). The USMCNNOR methodology is compliant with the DoD MRP which defines the TMR as the sum of the War Reserve Munitions Requirement (WRMR) and the testing and training requirement (TTR). The WRMR is defined as the sum of combat requirement (CR), current operations / forward presence requirements (CO/FPR), and strategic readiness requirement (SRR). Aligned to the component requirements definitions in the DoD MRP, USMC defines its CR to be the sum of combat expenditures for the DoD MRP IG specified scenarios that destroy the Combatant Commands (COCOM) and Joint Chiefs of Staff threat allocations and small scale contingency operations; CO/FPR as the sum of combat loads for current operations and forward presence plus expenditures for current operational demands and the joint expeditionary squadron requirement; SRR as the sum of combat loads for strategic loads, augment forces, augment munitions, homeland defense and treaty obligations; and TTR as the munitions needed to train the force and test weapon systems. The requirements for those weapons included in the USMCNNOR process are computed by the Logistics Integration Division (LID). Inputs include scenario descriptions and force employments, weapon inventories, platform and weapon capabilities, weapon Initial Operating Capability (IOC) date, targets, target priorities, and mission parameters and tactics. Most of the requirements are threat-based; however, some are Level-of-Effort (LOE) requirements. Threat-based ordnance computations are based on destroying the enemy threat allocated to the USMC (ground side only). LOE ordnance computations provide weapons to sustain a specific number of days of combat and are the product of rounds per shooter per day, number of shooters, and number of days. Computer models have been developed to assist in developing inventory requirements. There are essentially three (3) over-arching computer models in the USMCNNOR modeling suite. They are the WRMR model, Ammunition Funding Analyzer (AFA), and the Requirements Generator (ReqGen). The USMCNNOR Class V (W) modeling suite is operational on Personal Computers (PC's) and has been provided with a Graphical User Interface (GUI) to simplify use. The Government anticipates that this requirement will be awarded with the following period of performance: September 2017 - June 2018: six (6) month base period and three (3) one (1) month option periods. REQUIRED CAPABILITIES: This effort requires model development and modification, database development, validation and verification, data entry, requirements computation, assessment of results, documentation and on-call munitions requirements analysis to support the Logistics Integration Division (LID), Capabilities Development Directorate (CDD), Deputy Commandant Combat Development & Integration (DC CD&I) as authorized by Marine Corps Order (MCO) 8000.7A which delegates responsibility to LID for the USMCNNOR Class V (W) process. The USMCNNOR Class V (W) provides the analytic base for USMC ordnance requirements, and is used for Program Objective Memorandum (POM)/budget development and program assessment, and the process requires several specialized disciplines to include: highly analytic/applied mathematics; application of analytic techniques and modeling warfare concepts-of-operations; modeling suite or modeling methods for data collection and analysis work in programs of similar complexity and scope; computer science/software design; and most importantly USMC Service warfare and munitions attributes, employment procedures, and effects. The effort will require the Contractor to have 3+ years of recent experience in USMC and Marine Corps operations and particularly the determination of ordnance requirements, and familiar with US Marine Corp (USMC) and Marine Corps organizations. The Contractor shall solicit many organizations to obtain information and data, and to document justification for assumption and data changes. Also, the Contractor will be working closely with Ammunition Integration Officer, LID, CDD, DC CD&I in planning the USMCNNOR update cycle. SPECIAL REQUIREMENTS All contractor personnel requiring access to classified information and assigned to this program shall possess a secret clearance. The Contractor shall have a valid Secret Facility Clearance prior to classified performance or classified meetings at the Contractor's facility. The Contractor shall be required to store, access and handle unclassified and classified (SECRET) information and documentation. Overarching security requirements and Contractor access to classified information shall be specified in the DD-254 form. SOURCES SOUGHT: The anticipated North American Industry Classification System Code (NAICS) for this requirement is 541611, with the corresponding size standard of 15M. This Sources Sought Synopsis is requesting responses to the following criteria ONLY from all sources that can provide the required services under the NAICS Code. To assist RCO-NCR in making a determination regarding the level of participation by small business in any subsequent procurement that may result from this Sources Sought, you are also encouraged to provide information regarding your plans to use joint venturing (JV) or partnering to meet each of the requirements areas contained herein. This includes responses from qualified and capable Small Businesses, Small Disadvantaged Businesses, Service Disabled-Veteran Owned Small Businesses, Women-owned Small Businesses, HUBZone Small Businesses, and 8(a) companies. You should provide information on how you would envision your company's areas of expertise and those of any proposed JV/partner would be combined to meet the specific requirements contained in this announcement. In order to make a determination for a small business set-aside, two or more qualified and capable small businesses must submit responses that demonstrate their qualifications. Responses must demonstrate the company's ability to perform in accordance with the Limitations on Subcontracting clause (FAR 52.219-14). SUBMISSION DETAILS: Responses must include: •1) Business name and address; •2) Name of company representative and their business title; •3) Type of Business; •4) Cage Code; •5) Contract vehicles that would be available to the Government for the procurement of the product and service, to include ENCORE II, General Service Administration (GSA), GSA MOBIS, NIH, NASA SEWP, Federal Supply Schedules (FSS), or any other Government Agency contract vehicle. (This information is for market research only and does not preclude your company from responding to this notice.) Vendors who wish to respond to this sources sought should send responses via email NLT 31 August 2017, 1:00 PM Eastern Daylight Time (EDT) to marcus.whaley@usmc.mil. Interested vendors should submit a brief capabilities statement package (no more than ten (10) pages) demonstrating ability to perform the services listed in this Technical Description. Documentation should be in bullet format. Proprietary information and trade secrets, if any, must be clearly marked on all materials. All information received that is marked Proprietary will be handled accordingly. Please be advised that all submissions become Government property and will not be returned. All government and contractor personal reviewing RFI responses will have signed non-disclosure agreements and understand their responsibility for proper use and protection from unauthorized disclosure of proprietary information as described 41 USC 423. The Government shall not be held liable for any damages incurred if proprietary information is not properly identified.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M00264/M00264-17-SSA-0134/listing.html)
- Place of Performance
- Address: 2010 Henderson Road, Quantico, Virginia, 22134, United States
- Zip Code: 22134
- Zip Code: 22134
- Record
- SN04654770-W 20170901/170830232642-5fbc677d33a5d6cb5365fb64a437f755 (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 |