Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 18, 2023 SAM #8026
SOURCES SOUGHT

R -- TECOM Joint National Training Capability (JNTC)/ Training Transformation (T2) Support Services

Notice Date
11/16/2023 8:20:01 AM
 
Notice Type
Sources Sought
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
COMMANDER QUANTICO VA 22134 USA
 
ZIP Code
22134
 
Solicitation Number
M00264-24-SSA-0003
 
Response Due
12/21/2023 7:00:00 AM
 
Archive Date
01/05/2024
 
Point of Contact
Grace M. Gonzalez, Phone: 7037845260, Christa Eggleston-Scott, Phone: 7037843595
 
E-Mail Address
grace.gonzalez@usmc.mil, christa.eggleston-sc@usmc.mil
(grace.gonzalez@usmc.mil, christa.eggleston-sc@usmc.mil)
 
Description
SOURCES SOUGHT ANNOUNCEMENT M00264-24-SSA-0003 The Marine Corps Installations, National Capital Region - Regional Contracting Office � (MCINCR-RCO), Marine Corps Base, Quantico, VA is seeking sources for the Marine Corps Training and Education Command (TECOM) Joint National Training Capability Training Transformation Support Services CONTRACTING OFFICE ADDRESS: MCINCR-RCO 2010 Henderson Rd Quantico, VA 22134 INTRODUCTION: This is a SOURCES SOUGHT TECHNICAL DESCRIPTION to conduct market research and determine the availability and technical capability of all sources to provide the required services. The Training and Education Command (TECOM) G-3 JIM Branch, Quantico, VA, is seeking potential sources to provide professional, administrative and management support services to assist them in their mission as the Marine Corps lead for the Marine Corps Joint National Training Capability (JNTC) Program that falls under the greater Department of Defense (DoD) Training Transformation (T2) Program by providing on-site Functional, Research, and Programmatic Support Services. � 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: 1- Contract Number: M00264-21-F-0007 Training Transformation (T2) Program Contract Type: FFP Incumbent and their size: Green Cell Consulting LLC Method of previous acquisition: Set Aside 100% for Service-Disabled Veteran Owned Small Business. 2- Contract Number: M00264-21-F-0091 Marine Corps Joint National Training Capability (JNTC) Program Contract Type: FFP Incumbent and their size: Green Cell Consulting LLC Method of previous acquisition: Set Aside 100% for Service-Disabled Veteran Owned Small Business. REQUIRED CAPABILITIES: See attached draft Performance Work Statement (PWS) SECURITY REQUIREMENTS: Top Secret/Sensitive Compartmented Information (TS/SCI) Security Clearance required. See PWS for more information. SOURCES SOUGHT: The anticipated North American Industry Classification System Code (NAICS) for this requirement is 541611, with the corresponding size standard of $24,500,000. This Sources Sought Synopsis is requesting responses to the following criteria 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 requirement�s 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, such as 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.); and 6) Answers to Questions for Industry below. QUESTIONS FOR INDUSTRY 1. What other NAICS code would be of more value in comparison to 541611? 2. What areas of the requirement seem vague?� What is the remedy? Vendors who wish to respond to this sources sought should send responses via email NLT 21 December 2023 by 10:00 AM Eastern Standard Time (EST) to Grace Gonzalez at grace.gonzalez@usmc.mil and Christa Eggleston-Scott at christa.eggleston-sc@usmc.mil. The subject line of your email should read: �JNTC/T2 SSA M00264-24-SSA-0003�. 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 SSA 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
SAM.gov Permalink
(https://sam.gov/opp/a395cb5ee25c417ca11946f774369a67/view)
 
Place of Performance
Address: Quantico, VA 22134, USA
Zip Code: 22134
Country: USA
 
Record
SN06888231-F 20231118/231116230049 (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 |
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.