SOURCES SOUGHT
R -- PEO LS Support Services
- Notice Date
- 12/5/2024 4:23:45 AM
- Notice Type
- Sources Sought
- NAICS
- 541990
— All Other Professional, Scientific, and Technical Services
- Contracting Office
- COMMANDER QUANTICO VA 22134-6050 USA
- ZIP Code
- 22134-6050
- Solicitation Number
- M67854-25-I-0004
- Response Due
- 12/20/2024 12:00:00 PM
- Archive Date
- 01/04/2025
- Point of Contact
- Patsy D. Stefan, Cheryl Dunn
- E-Mail Address
-
patsy.d.stefan@usmc.mil, cheryl.dunn.civ@usmc.mil
(patsy.d.stefan@usmc.mil, cheryl.dunn.civ@usmc.mil)
- Description
- NOTE: THIS IS NOT A SOLICITATION FOR PROPOSALS. THIS IS A REQUEST FOR INFORMATION ONLY. This request for information is 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. The Government will NOT be responsible for any costs incurred in responding to this notice or furnishing the requested information. No entitlement to payment of direct or indirect costs or charges by the Government will arise as a result of a Contractor�s submission of responses to this request for information or the Government's use of such information. The Government reserves the right to reject, in whole or in part, any Contractor's input resulting from this request. No contract will be awarded as a result of this announcement. Pursuant to Federal Acquisition Regulation (FAR) 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. 1. Purpose The United States Marine Corps (USMC) Program Executive Officer Land Systems (PEO LS) is conducting market research in accordance with FAR Part 10, to determine the availability of qualified, experienced, and interested potential SECTION 8(A) ALASKAN NATIVE SMALL BUSINESS vendors, as defined in FAR Part 19 to provide support for PEO LS Support Services. PEO LS is responsible for planning, coordinating, and executing comprehensive acquisition strategies, policy development for the respective areas of interest, and analysis of its program portfolio inclusive of product support for United States Marine Corps (USMC) acquisition programs and fielded assets. The on-going life cycle initiatives, Office of the Secretary of Defense (OSD) initiatives and Assistant Secretary of the Navy (ASN) and USMC initiatives require in-depth knowledge and understanding of Acquisition and Sustainment for all levels of Acquisition Category (ACAT) programs. This comprehensive acquisition and sustainment knowledge and experience is critical in supporting senior leadership and providing expertise, oversight, verification, validation, and evaluation support to ensure effective management support. The PEO LS office is aligned with the overall Program Management Office (PMO) organization and thus is also organized into Functional teams. The Functional teams to which PEO LS delivers support services includes Acquisition, Business, Financial, Engineering, Audit Readiness, Safety, Facility, PEO Strategic support, Visual Information Services, Logistics Management, Executive Assistant, and the personnel required to run the Transportation Demonstration Support Area (TDSA). PEO Land Systems is seeking interested sources capable of delivering resources necessary to perform the required services, including materials, equipment, personnel, and facilities to support this capability requirement and deliver the types of services and deliverables specified in Paragraph 2. The Contractor is solely responsible for providing personnel with technical and analytical expertise in the performance that will meet and/or exceed the requirements presented within Paragraph 2. The Contractor shall deliver a mix of personnel in the performance of this contract and deliver an adaptable, flexible team structure that is best suited to accomplishing both planned and emergent tasks. The anticipated duration of the business arrangement will be from June 2025 through June 2030. The geographic location of this work will be based at Quantico, Virginia; however, the Government may require OCONUS and CONUS travel in order to attend meetings, conferences, and training. 2. Requirement The Government requires a Contractor who can support the PEO Land Systems with business and acquisition related activities to include acquisition policy, program development, program analysis, public affairs, acquisition logistics management support, financial management support, audit readiness support, engineering, and safety support. The Contractor shall support the Program Executive Officer, the Assistant PEO (APEO) for Business Management, the APEO for Financial Management, TDSA, PEO Safety, PEO Congressional and Public Affairs, Assistant PEO LS (APEO LS Logistics), the PEO Chief of Staff and the Assistant PEO for Engineering. Additionally, the Contractor shall support the PEO LS and Marine Corps Systems Command (MCSC) Facilities, Supply and Services with tasks that do not constitute construction under FAR part 22 or DFARS 222.402-70. The Contractor shall deliver selected personnel proficient in MS Office suite of products and SharePoint. SharePoint is the PEO�s chosen platform for collaboration and information sharing. Each PEO staff member has a SharePoint site to store and share information. For each of the functional areas included at the bottom of this Section the Contractor shall keep current, maintain, and monitor content, functionality, and integrity of the SharePoint site. The successful Contractor will be required to execute a scope of work to deliver operational support to PEO LS staff and Program Management Offices (PMOs), to include the following functional areas: Business/Acquisition Management (BM) Support Financial Management (FM) Support Executive Administrative Support System Safety Support Visual Information Services Acquisition Logistics Support Transportation Demonstration Support Area (TDSA) Facility Supply and Services Support (PEO LS & MCSC) Engineering Support SharePoint Administrator PEO Strategic Support The Government anticipates that the work to be performed under this contract will involve access to Secret and Top Secret information, controlled unclassified information, and unclassified information. Potential Contractors should identify in their responses whether they have a facility security clearance and at what level of classification. Submission Instructions and Format Interested vendors are invited to respond to this notice by providing the following information: Company name and address of applicant/company (Corporate/Principal Office), email, telephone number, fax number, and point(s) of contact; Commercial and Government Entity (CAGE) Code and Data Universal Numbering System (DUNS) Number; Business size standard (large, small, veteran-owned, service-disabled veteran-owned, women-owned, 8(a), Alaskan Native, etc.); At least three recent and relevant past performance reports with supporting Department of Defense and/or Department of Navy acquisition program management offices (please identify the North American Industry Classification System [NAICS] code that the work was performed under, the contract type [e.g., Firm-Fixed Price, Cost-Plus-Fixed-Fee, Time and Materials] used by the customer to acquire the cited work, and the Government contact information); Staffing strategy that gives proposed labor categories (please identify the name of each labor category and associates a description of the qualifications [e.g., certifications, experience, and education] and explain how labor mixes will be assigned, with associated qualifications and skills to perform all the requirements); Identify subcontract/teaming arrangements that will be used to perform the described work for PEO LS; and Identify any unique requirements to perform the described work for PEO LS (e.g. on-site and off-site requirements, financing terms, and special equipment). 3. Responses Vendors possessing the requisite skills, resources, and capabilities necessary to perform the stated requirements are invited to respond to this notice via submission of an executive summary of no more than ten pages in length on 8 � x 11 in paper, using 12-point font describing their service summary, complete technical support capabilities, training, and support capability for the functional areas listed above. All responses must include the information cited in Paragraph 2 and be addressed to the POCs listed in Paragraph 4. Please be advised that any proprietary information must be marked as such on a page-by-page basis. The Government will not assume that any of the information provided by a respondent is proprietary, unless it is conspicuously marked on each page containing proprietary information. Moreover, the Government does not assume any duty to contact a respondent and inquire whether any unmarked information submitted in response to this notice is proprietary. DO NOT submit proposals at this time. The Government is only seeking sources/information for market research to determine the availability of industry capabilities in the described areas. Availability of any formal solicitation will be announced separately. Submittals will not be returned to the sender. Responses to this notice shall be submitted via email to the Contract Specialist, Ms. Cheryl Dunn, at cheryl.dunn.civ@usmc.mil, and the Contracting Officer, Ms. Patsy Stefan, at patsy.d.stefan@usmc.mil no later than 1500 local time, Quantico, VA, on Friday, 20 December 2024. The subject line of the email shall read as follows: �Request for Information � M67854-25-I-0004 PEO LS Support Services� Telephonic inquires or replies will not be entertained. 4. Questions Questions or comments regarding this notice may be submitted via email to the Contract Specialist, Ms. Cheryl Dunn, at cheryl.dunn.civ@usmc.mil, and the Contracting Officer, Ms. Patsy Stefan, at patsy.d.stefan@usmc.mil. The Government requests all questions and comments be emailed to the Contract Specialist with a copy to the Contracting Officer no later than 1500 Eastern Time Zone on Thursday, 12 December 2024. The subject line of the email shall read as follows: �Request for Information � M67854-25-I-0004 PEO LS Support Services Questions� Telephonic inquires or replies will not be entertained.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/d6aa6a5a9e1340018bfb0b10d908754e/view)
- Place of Performance
- Address: Quantico, VA 22134, USA
- Zip Code: 22134
- Country: USA
- Zip Code: 22134
- Record
- SN07283896-F 20241207/241205230123 (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 |