Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 07, 2024 SAM #8320
SOURCES SOUGHT

99 -- Conceptual Models for Wargaming

Notice Date
9/5/2024 7:09:19 AM
 
Notice Type
Sources Sought
 
Contracting Office
COMMANDER QUANTICO VA 22134-6050 USA
 
ZIP Code
22134-6050
 
Solicitation Number
M67854-24-I-2033
 
Response Due
9/16/2024 2:00:00 PM
 
Archive Date
10/01/2024
 
Point of Contact
Victoria Downing, Phone: 5715843729, Wanda Harner
 
E-Mail Address
victoria.downing@usmc.mil, wanda.harner@usmc.mil
(victoria.downing@usmc.mil, wanda.harner@usmc.mil)
 
Description
The due date for RFI responses has been updated to 16 September. An additonal Question and Answer has been added on 5 Sep 2024. See #9 in updated Question and Answer Attachment.� Attachment 3 has been added for informational purposes and Questions and Answers in response to this RFI have been added on 27 Aug 2024. THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. This RFI is issued solely for planning and informational purposes only and shall NOT be considered as a Request for Proposal (RFP) or as an obligation on the part of the Government to acquire any products or services. Marine Corps Systems Command (MARCORSYSCOM) is not seeking proposals at this time. The Government will NOT be responsible for any costs incurred in responding to this RFI. Any costs incurred responding to this RFI will be solely at the Respondent�s expense. Respondents should clearly identify any proprietary information contained within the response. Submission of a response to this RFI constitutes consent for Program Manager Wargaming Capability to utilize its Support Contractors in the handling of your submission, inclusive of any proprietary information, and your submission, inclusive of any proprietary information, may be shared within the Government. 1.0��� Background The U.S. Marine Corps (USMC) Program Manager Wargaming Capability (PM WGC) has a requirement to develop, implement, integrate, test, and maintain a comprehensive set of conceptual models (CMs) within the Marine Corps� �Robert B. Neller Center for Wargaming and Analysis� (The Neller Center) wargaming simulation software suite. The major parametric bins considered are comprehensive across all levels of war (Strategic, Operational, Tactical), all warfighting domains (Land, Air, Sea, Space, Cyber), and all warfighting functions (Maneuver, Fires, Intel, Force Protection, Logistics, Command and Control, Information). Unless otherwise specified, each of the CMRs is applicable to all levels of war, with commensurate adjustments to the resolution of the model and associated metrics. The purpose of this RFI is to conduct market research in accordance with FAR Part 10 and seek information regarding potential solutions from industry for the development of the conceptual models referenced above and detailed in Attachment 1. � This RFI constitutes market research and is not an RFP. A draft Phased Approach Task List is provided as Attachment 2 to this RFI and constitutes the current approach for this effort. The task list is subject to change between the issuance of this RFI and any potential RFP. The Marine Corps Systems Command (MCSC) is issuing this RFI, in support of PM WGC, to determine what vendors have the capability to deliver each conceptual model grouping described within the Attachments. 2.0 ����� Requested Information: Respondents who are interested are requested to provide their information through an executive summary that identifies their ability to provide the services described in Attachment 2 across the relevant CMR bins listed in Attachment 1. In addition, the information requested in 3.0 below shall be addressed in the response. 3.0������ Responses: Vendors possessing the requisite skills, resources, and capabilities necessary to perform the stated requirements in Attachments 1 and 2 are invited to respond to this RFI via an electronic submission of an executive summary not more than 35 pages in length when printed on 8 � x 11 in paper using 12-point font and single spaced. All electronic documents must be in either Microsoft Word 2007 or later format (.docx) or Adobe Portable Document Format (.pdf). All responses must include the following information: (1) Name and address of applicant/company (Corporate/Principal Office) (2) Name, telephone number, fax number, and e-mail address of point of contact (3) General Service Administration (GSA) contract number (if applicable) (4) Seaport NxG contract number (if applicable) (5) Available contract vehicles to support the approach detailed in the attached Draft task list (6) CAGE Code and DUNS Number (7) Business Size and suggested NAICS code for this requirement (8) Detail on the company�s capabilities relevant to Attachment 1, Attachment 2, and this RFI, and relevant past performance. (9) For those capabilities described in (8), detail the applicable Modeling and Simulation (M&S) Verification, Validation, and Accreditation (VV&A) history as well as any VV&A efforts currently underway. (10) Provide recommendations as to how the Government will execute integration of the models developed under such an effort with the Neller Center�s wargaming software framework. (11) Recommendations to improve the Marine Corps� approach to this requirement. (12) State whether the Company has a Facility Clearance and Safeguarding capability, at what classification levels. (13) Can your firm provide employees with required security clearances up to SECRET? up to TS/SCI? While much of the capabilities sought will be UNCLASSIFIED, if the classification level is revised to include SECRET or TS/SCI, is your firm able to support the described tasks? (14) State the potential small business subcontracting opportunities in regards to type of work for this requirement provided for by small businesses, the type of small business (small business (SB), veteran-owned small business (VOSB), service-disabled veteran-owned small business (SDVOSB), historically underutilized business zone (HUBZone) small business, small disadvantaged business (SDB), and women-owned small business (WOSB) concerns) involved, the significance of the effort to the requirement and the percentage of total potential effort being able to be provided to those types of small businesses. (15) For small businesses, please identify any socioeconomic status that pertains to your entity such as: Veteran-Owned Small Business (VOSB), Service-Disabled Veteran-Owned Small Business (SDVOSB), Historically Underutilized Business Zone (HUBZone) small business, Small Disadvantaged Business (i.e., the 8(a) Business Development Program), Economically Disadvantaged Women Owned Small Business (EDWOSB), and/or Women-Owned Small Business (WOSB) concern. If your entity is owned by a tribe, Alaskan Native Corporations (ANC), or Native Hawaiian Organizations (NHO), please so state in your response. (16) Identify whether your service is a commercial service in accordance with the definitions in FAR 2.101. In addition, your response must address DFARS PGI 212.102(a) (17) Data Right Assertions: The government anticipates that the source for the development of all the technical data, training material and software deliverables, including all components of same, would be Government funding under a contract effort, with the result that the Government will receive unlimited rights in all such deliverables. If this assumption is incorrect, please identify every deliverable or every component of every deliverable, that will be delivered with a restriction on the Government�s rights; for this request for information, please follow the procedure and format for Assertions of Restrictions in DFARS 252.227-7017, which the government will consider to be a notional Assertion. Indicate in this notional Assertion any uncertain entries, and the basis of that uncertainty, that might change in a formal Assertion if a contract were awarded to the respondent. For any CM material that is pre-existing and would come from your company, or from a third party, or from the Government, identify that material and confirm that it can be delivered with a copyright release that will allow the government to make all copies or derivative works that it might find necessary. For any software deliverable or deliverable component, identify any portions of software that come from existing commercial software or from open source software, and list the respective software license(s) that pertains. (18) Rough order of magnitude (ROM) cost and schedule estimates to (a) develop, (b) integrate, and (c) test each CMR bin for which your company asserts capability, including a statement of assumptions and limitations. (19) Proposed acquisition strategy and engineering plan to support meeting requirements in draft task list. Please be advised that any proprietary information must be marked as such on a page-by-page and paragraph by paragraph basis. The Government will not assume that any of the information provided by a respondent is proprietary unless it is conspicuously marked on this basis. Moreover, the Government does not assume any duty to contact a respondent and inquire whether any unmarked information submitted in response to this RFI is proprietary. The Government is only seeking sources and information for market research to determine the availability of capabilities in the described areas. Acknowledgement of receipt will not be made. Availability of any formal solicitation will be announced separately. Submittals will not be returned to the sender. Respondents will not be notified of the results of the evaluation. It is the contractor�s responsibility to check SAM.gov to get additional data. Responses shall be submitted via e-mail to Ms. Victoria Downing, Contract Specialist, at victoria.downing@usmc.mil, and Ms. Wanda Harner, Contracting Officer, at wanda.harner@usmc.mil - no later than 1700 Eastern Time on 16 September 2024. Telephone replies will not be accepted. 4.0� � � �Questions Questions or comments regarding this notice may be addressed to the Contract Specialist and Contracting Officer listed above by email only please. Questions are due by 28 August 2024 at 1300 Eastern Time. The Government intends to respond to as many questions as practicable and will respond to questions via an amendment to this RFI posted to SAM.gov so that all interested parties will benefit from the same information. All interested offeror(s) are encouraged to register on the SAM.gov website to receive email notifications when information related to this acquisition is updated, or documents related to this acquisition are issued and available for download. The Government requests that all interested parties ensure that they are listed on the ""Interested Vendors List"" in SAM.gov.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/6c19e1da14904f508100adf46fa24ae5/view)
 
Place of Performance
Address: Quantico, VA 22134, USA
Zip Code: 22134
Country: USA
 
Record
SN07200767-F 20240907/240905230131 (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.