SOLICITATION NOTICE
R -- USMC MCCLL Professional Analysis and Liaison Services
- Notice Date
- 8/27/2020 9:00:58 AM
- Notice Type
- Presolicitation
- NAICS
- 541611
— Administrative Management and General Management Consulting Services
- Contracting Office
- COMMANDER, MCINCR-MCBQ QUANTICO VA 22134-5028 USA
- ZIP Code
- 22134-5028
- Solicitation Number
- M0026421R0001-MCCLLFY21
- Response Due
- 9/8/2020 9:00:00 AM
- Archive Date
- 09/23/2020
- Point of Contact
- Joy Hughes, Christian Hernandez-Soto
- E-Mail Address
-
joy.hughes@usmc.mil, christian.hernandezsoto@usmc.mil
(joy.hughes@usmc.mil, christian.hernandezsoto@usmc.mil)
- Description
- The United States Marine Corps (USMC) Marine Corps Installations National Capital Regional Regional Contracting Office (MCINCR-RCO), Marine Corps Base, Quantico, VA �The Government intends to issue a solicitation to obtain Professional Analysis and Liaison Services, Analysis of Operations and Exercises, Trend Analysis, Report and Periodical Production, and Records management related to the Marine Corps Center For Lessons Learned Program (MCCLL). This DRAFT solicitation (M00264-21-R-0001) will be posted on an �Unrestricted Basis� with no specific socioeconomic set-aside. The North America Industry Classification System (NAICS) code selected for this effort is 541611 (Administrative Management and General Management Services with a size standard of $16,500.00. The Product Service Code selected is R408 Program Management/Support Services. The Government intends to award a single, hybrid contract which will incorporate Contract Line Items as follows: *Firm-Fixed Price (FFP) for Services and; * Cost Reimbursement (CR) for travel and ancillary costs. The tasks outlined in this PWS will be performed on the Marine Corps Non-classified Internet Protocol Router Network (NIPRNet) and Marine Corps Secured Internet Protocol Router Network (SIPRNet).� Information at the unclassified level up to and including Controlled Unclassified Item (CUI)[1] level will be processed on the NIPRNET utilizing Marine Corps assigned email accounts (@usmc.mil), and information systems on the .mil domain.�� Information at the classified level up to and including SECRET level will be processed on the SIPRNET utilizing Marine Corps assigned email accounts (e.g. @usmc.smil.mil) and information systems on� the smil.mil domain.� The average level of effort for tasks performed either on the SIPRNET or NIPRNET is roughly two-thirds NIPRNET, and one-third SIPRNET, but will fluctuate depending on specific tasks assigned at any time. � The following tasks and deliverables which are within the Performance Work Statement (PWS) are defined as the following: � CLINS DESCRIPTION CLIN TYPE X001 Program Management & Planning FFP X002 Lessons Learned Program Support FFP X003 Lessons Learned Collection and Analysis Support FFP X004 Event Support FFP X005 Travel & Ancillary Cost* Info X005AA Travel Cost CR X005AB OCONUS Ancillary Cost CR Period of Performance: This contract effort will be for a one (1) year base period, four (4) one year option periods and one (1), six (6) month option period for a total of 5 1/2 year period. � Place of Performance.� Primary place of performance will be at MCCLL premises located at base in Quantico, VA. Other locations will include: � I �Marine Expeditionary Force (I MEF), Camp Pendleton, CA/3rd Marine Aircraft Wing, Miramar, CA / 1st Marine Logistics Group, Camp Pendleton, CA II Marine Expeditionary Force, (II MEF) Camp Lejeune, NC / 2nd Marine Division, Camp Lejeune NC 2d Marine Aircraft Wing, Cherry Point, NC / 2nd Marine Logistics Group, Camp Lejeune, NC III Marine Expeditionary Force (III MEF)/3rd Marine Division Okinawa Japan/ 1st Marine Aircraft Wing, Okinawa Japan/ 3d Marine Logistics Group, Okinawa Japan. Marine Forces Pacific, Hawaii Marine Forces Reserve/4th Marine Aviation Wing, New Orleans, LA 4th Marine Division/4th Marine Logistics Group, New Orleans, LA HQMC Plans Policy and Operations, Arlington VA � In order to gain access to Government installations, registration in the Defense Biometric Identification System (DBIDS) must be completed as well as having possession of a valid form of identification. The DBID registration information and a list of valid forms of identification are found at: https://dbids-global-enroll.dmdc.mil/preenrollui/#!/ � The Contractor shall ensure it and all subcontractors have completed all Contract Security Classification Specification Department of Defense (DoD) DD Form 254.� All DD Form 254 requirements must be completed and approved prior to commencing any work under this contract. The Government intends to award a contract to the offeror whose proposal offers the �best value� to the Government using Price/Technical Tradeoff. Proposals will be evaluated using FAR 15- Contracting by Negotiations, including a Tradeoff process between price and non-price factors. The Government�s intent to utilize the Price/Technical Tradeoff is best applicable to this effort due to the complexity and uniqueness of the requirements but most importantly, the direct impact and functionality of the contract on MCCLL�s mission. It is imperative for the Government to obtain the best solution to fulfil the desired capabilities, which a tradeoff among price and technical will be the best appropriate venue to achieve this. The Government may make award without discussions; therefore, offerors are instructed to submit their best offer initially. All contractors doing business with the Federal Government must be registered in the System for Award Management (SAM) database at https://beta.sam.gov/ and within good standing in accordance with FAR Part 9- Contractor Qualifications prior to contract award. � This requirement and more specific details will be referenced with the Request for Proposal (RFP) and will be distributed solely through the web site at https://beta.sam.gov/ . Please refer to the aforementioned site which will provide downloading instructions. Hard copies of the solicitation will not be distributed. All future information regarding this acquisition, including amendments, will be distributed through this site. Interested parties are responsible for monitoring this site to ensure they have the most up-to-date information about this solicitation. This Presolicitation Synopsis is for informational purposes only. This is not a RFP and it does not constitute a solicitation and shall not be construed as a commitment by the government. Draft RFP is provided as an attachment to this synopsis.� Responses in any form are not offers and the Government is under no obligation to award to a contract as a result of this Synopsis and its attachment. No funds are available to pay for preparation of any responses. Any information submitted by respondents to this notification is strictly voluntary. All questions must be submitted in email by 8 of September 2020 , 12:00 pm. Eastern Standard Time (EST)as follows: In Subject Line- Please provide Draft Solicitation Number; Any questions you have please reference the section within the draft solicitation; Questions will not be answered via telephone Please send to Joy Hughes. Senior Contract Specialist, Joy.Hughes@usmc.mil � and Christian Hernandez-Soto, Branch Chief Contracting Officer, christian.hernandezsoto@usmc.mil .
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/216796ad8b8e4cc1ab66b53cf33d8436/view)
- Place of Performance
- Address: Woodbridge, VA 22191, USA
- Zip Code: 22191
- Country: USA
- Zip Code: 22191
- Record
- SN05775883-F 20200829/200827230206 (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 |