SPECIAL NOTICE
D -- M67854-20-I-4845 TCSI Notice of Intent to Sole Source
- Notice Date
- 8/10/2020 2:54:54 PM
- Notice Type
- Special Notice
- NAICS
- 541519
— Other Computer Related Services
- Contracting Office
- COMMANDER QUANTICO VA 22134-6050 USA
- ZIP Code
- 22134-6050
- Solicitation Number
- M67854-20-I-4845
- Response Due
- 8/14/2020 2:00:00 PM
- Archive Date
- 09/30/2020
- Point of Contact
- Jamila Bransford, Phone: 703-432-7487
- E-Mail Address
-
Jamila.Bransford@usmc.mil
(Jamila.Bransford@usmc.mil)
- Description
- M67854-20-I-4845���������������������������� Notice Type: Special Notice THIS SYNOPSIS IS FOR INFORMATIONAL PURPOSES ONLY. The Program Manager, Applications (PM APPS), Supporting Establishment Systems (SES), Marine Corps Base, Quantico, VA 22134 intends to enter into sole source negotiations and subsequently award a Firm Fixed Price contract to Science Applications International Corporation (SAIC) Corporation, 12010 Sunset Hills Road, Reston, VA 20190-5856 (Cage Code: 6XWA8). �This effort is estimated for award in the fourth quarter of Fiscal Year 2020. The proposed contract action will allow for continued post-deployment software support (PDSS), Engineering Change Proposals (ECP) for software development, and transition support for the multiple systems currently supported under the Total Force Information Technology Systems (TFITS) Consolidated System Integrator (TCSI) contract.� Specifically, PDSS consists of help desk, incident management, problem management, configuration management, change management, release management, cybersecurity management, service level management, continuity management, capacity management, availability management, associated sustainment logistics, software development necessary to effect bug fixes, and project management to ensure seamless, high-quality service delivery via the system to its user base.� ECPs consist of software development efforts necessary to effect system modification, enhancement, upgrade, or remediation, in accordance with MIL-HDBK-61A.� Transition support refers to the efforts necessary to transfer technical cognizance of the systems to another responsible entity. PM APPS portfolio of systems supports critical United States Marine Corps (USMC) processes in the areas of: Force Structure Planning and Management; Recruiting; Readiness Reporting; Manpower Training Management; Force Deployment Planning; Asset visibility; and Garrison and Deployed Paperless Contracting.� The TCSI contract provides PDSS and ECP development services to the following 12 systems and applications: Automated Performance Evaluation System (APES) - APES is the paperless, performance appraisal system used for all active and reserve component Marines in ranks of Sergeant (E-5) through Major General (O-8).� APES in turn supports the centralized selection, promotion, and retention of the most qualified Marines of the Active and Reserve Components of the USMC.� Joint Force Requirements Generator (JFRG) - JFRG provides the Marine Corps with an integrated and fully deployable Automated Information System (AIS) to support the planning and execution of strategic force movement deployments and redeployments and interfaces directly with multiple joint systems.� Marine Corps Force Augmentation Processing System (MCFAPS or Manpower Mobilization Assignment System (MMAS)) - MCFAPS is an automated information system that provides support for manpower activation/deactivation processes, as well as management of individual augmentation requirements and processes.� This application implements critical mandated requirements by the Manpower and Reserve Affairs (M&RA) Department, Headquarters Marine Corps (HQMC), which assists in planning, directing, and coordinating Active and Reserve forces.� MODELS - MODELS is the program that provides decision support tools designed to inform the Marine Corps� strategic manpower planning and its Human Resource Development Process (HRDP) in the areas of accession, classification, promotion, end strength oversight, and personnel distribution.� The tools implement mathematical models tailored to current manpower management policies and are supported by integration with relevant data from several key Marine Corps� information systems (e.g., Marine Corps Training Information Management System (MCTIMS), Total Force Structure Management System (TFSMS), Total Force Data Warehouse (TFDW), and Operational Data Store � Enterprise (ODSE)) in support of HQMC manpower planners.� Optical Digital Imaging-Records Management System (ODI-RMS) - ODI-RMS is the authoritative data source (ADS) for all USMC performance evaluation and promotion functions.� ODI-RMS also provides promotion and selection board support for HQMC.� ODI-RMS supports 80 boards (promotion, selection, special duty assignment, etc.) per year for the Marine Corps and provides every board updated Official Military Personnel Files (OMPF) for their use.� Requirements, Transition, and Manpower Management System (RTAMMS) � RTAMMS supports the Marine Corps Reserve community.� It automates the allocation, scheduling, and mustering of drills; supports the electronic generation, processing, and tracking of line of duty determinations and medical hold determinations for injuries that may occur during a drill period or while on Active Duty; and provides personnel inventory management, needs identification and forecasting, prioritization and sourcing, and special population/program management for improved decision support.� Secure Personnel Accountability (SPA) - The SPA systems enable USMC commanders to ""see"" their forces arrayed in the Command & Control (C2) hierarchy and their locations in order to employ and strategize tactical employment/deployment of forces worldwide.� Further, it automatically submits a required daily and monthly report mandated by the Chairman of the Joint Chiefs of Staff (CJCS).� Standard Procurement System (SPS) � SPS is part of a family of systems that provide end-to-end contracting and procurement capabilities for the USMC and United States Navy (USN).� It provides mission critical IT services that directly support the Marine Corps� ability to electronically generate contractual and non-contractual agreements, electronically receipt for and accept goods and services provided, electronically store procurement data and documents, and communicate (interface) with downstream business systems. Total Force Data Warehouse (TFDW) - TFDW integrates over 38 years of total force manpower data from disparate applications into one system to support manpower decision-support analysis, planning, and strategic decision-making.� Total Force Retention System (TFRS) � TFRS is the information support system that enables the Marine Corps Career Retention Force to systematically input, review, and maintain personnel information needed to process Reenlistments, Extensions, and Lateral Moves (RELMs).� The principal users consist of HQMC staff and Career Planners.� Total Force Structure Management System (TFSMS) - TFSMS is the ADS for all force structure information within the Marine Corps including Global Force Management information.� The Marine Corps enterprise uses this information to perform vital functions.� For example, the Annual Strength Report (ASR) uses complete and published information from the TFSMS personnel data.� The ASR is the Commandant�s approved Force Structure for the next ten years.� It is effective and available at the beginning of the fiscal year.� The ASR and fiscal year update affects the operation of the entire Marine Corps enterprise.� Web-Based Manpower Assignment Support System (WebMASS) - WebMASS is the sole assignment tool used by assignment personnel within M&RA, HQMC for the USMC.� The current Indefinite Delivery Indefinite Quantity (IDIQ) ordering period and contract ceiling are insufficient for PM APPS to continue to provide sustainment and transition support for all nine (9) systems Prior to the request to transition system ownership to M&RA/TSO, PM APPS was engaged in planning for the full and open re-compete of the follow-on contract to the TCSI effort.� This follow-on contract was initially planned to include additional PM APPS systems over and above the original compliment of systems, however, the request to transition the nine (9) Manpower applications to internal Marine Corps organizations significantly reduced the total number of systems and the scope of support to such a degree that the original follow-on acquisition strategy and timeline were no longer viable.� The current strategy calls for transition of these systems to Marine Corps activities, but the planned transition schedule does not provide enough time for PM APPS to plan and issue a new solicitation for a short duration, follow-on contract vehicle.� In addition, any new contract vehicle supporting those systems would have a period of performance of less than two years, given that the transitions of the various systems to two internal Marine Corps organizations are scheduled for completion by multiple dates between now and 30 September 2022.� Further, transitioning to a follow-on contract in advance of transitioning the systems to internal Marine Corps organizations would likely result in two technical turnovers between different contractors occurring within the same 12-month period.� The risk of multiple technical transitions in a short time period presents significant technical and schedule risk to the continued maintenance of the applications.� This could result in the inability to respond to system outages or to perform critical cybersecurity updates in a timely manner. Award of additional task orders under this IDIQ to the incumbent contractor provides the highest likelihood of success with the lowest program risk or operational disruption to these critical Marine Corps systems.� It is also the least volatile and is likely to cost less than multiple transitions under short-term arrangements.� Further, given limitations imposed on Government and Contractor personnel during the current COVID-19 pandemic, the requested action avoids travel, meetings, and other interpersonal contacts that would be unavoidable during any transition to a new support contractor.� Circumstances affecting the current contract and strategy could not have been foreseen and were beyond MARCORSYSCOM management control.� Upon completion of the PDSS, ECP, and transition requirements, the systems will transition to M&RA/TSO and the need for the TCSI IDIQ contract for service-specific support will end.� Accordingly, since there will be no enduring requirement and no follow-on contract to support the TCSI systems, an extension of the current contract to facilitate the transition of the systems to M&RA/TSO significantly reduces the risk to the systems and is also the most cost effective approach. The intended short-term, sole source action will allow for transition of system responsibility to Marine Corps activities by 30 September 2022.� The current IDIQ ordering period will expire on 14 August 2020 and the sustainment support to the TCSI systems will end on 31 December 2020.� Loss of sustainment support and lack of a structured transition of the systems will increase the risk of operational disruptions and performance degradation across the USMC with no means of resolution.� THIS NOTICE IS NOT A REQUEST FOR COMPETITIVE PROPOSALS. �The acquisition described in this notice is being pursued on a sole source basis under the statutory authority of 10 U.S.C. 2304(c) (1), as implemented by Federal Acquisition Regulation (FAR) 6.302-1 ""Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements."" Unless stated herein, no additional information is available. �Requests for the same will be disregarded. �Responsible, interested parties may submit a capability statement in which they identify their interest and capability to respond to this requirement, if received within 15 calendar days after the date of the publication of this synopsis. �The Government will consider all information received by the response date. �A determination by the Government not to compete this requirement based upon responses received as a result of this notice is solely within the discretion of the Government. �All submissions become Government property and will not be returned. �Contractors are advised the Government will not pay for any information or administrative costs incurred in response to this notice of intent. �The North American Industry Classification System code is 541330, Engineering Services. GENERAL INFORMATION: The information provided herein is subject to change and is not binding on the Government. �The Government has not made a commitment to procure any of the items discussed and should not be construed as a commitment or as authorization to incur cost for which reimbursement would be required or sought. All responses to this notice shall be submitted to Ms. Jamila Bransford at Jamila.Bransford@usmc.mil. �Please reference the announcement number on all correspondence. Telephonic inquiries will not be entertained.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/67a61cf28e8d48e3a69f97670dad75f0/view)
- Place of Performance
- Address: Quantico, VA 22134, USA
- Zip Code: 22134
- Country: USA
- Zip Code: 22134
- Record
- SN05750628-F 20200812/200810230143 (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 |