SOURCES SOUGHT
R -- Provide a broad range of Logistics, Facilities, Security, and Management functions to support of the MCNOSC mission. - Performance Work Statement (PWS)
- Notice Date
- 11/5/2012
- Notice Type
- Sources Sought
- NAICS
- 541611
— Administrative Management and General Management Consulting Services
- Contracting Office
- Department of the Navy, United States Marine Corps, Marine Corps RCO - National Capital Region, 2010 Henderson Road, Quantico, Virginia, 22134-5045, United States
- ZIP Code
- 22134-5045
- Solicitation Number
- M00264-13-RFI-0201
- Archive Date
- 11/16/2012
- Point of Contact
- Jerome Carter, Phone: 7034320344, Kevin D. Williams, Phone: 7034321082
- E-Mail Address
-
jerome.carter@usmc.mil, kevin.d.williams1@usmc.mil
(jerome.carter@usmc.mil, kevin.d.williams1@usmc.mil)
- Small Business Set-Aside
- N/A
- Description
- PWS - CYBER LOG This combined sources sought/synopsis is for information and planning purposes only; it is not to be construed as a commitment by the Government. A contract may not be awarded as a result of this combined sources sought/synopsis. The Regional Contracting Office-National Capital Region (RCO-NCR) at Marine Corps Base Quantico, on behalf of Marine Corps Network Operations & Security Center (MCNOSC), intends to procure a broad range of Logistics, Facilities, Security, and Management functions in support of the MCNOSC mission as a small business set-aside or under full and open procedures. The capability package for this sources sought market survey is not expected to be a proposal, but rather statements regarding the company's existing experience in relation to the areas specified in the PWS. Only small businesses are to submit capability packages. Interested small businesses that are certified and qualified as a small business concern under NAICS code 541611 Administrative Management and General Management Consulting Services with a size standard of $14.0M are encouraged to submit their capability packages. Capability packages must not exceed 15 pages and must be submitted electronically. Small businesses are to outline their experiences in the following: Warehouse/Supply Support, Information Technology Asset Management Support, Logistics Planning Support, Facilities Support, and Administrative Security Support. Areas or tasks where a contractor does not have prior experience should be annotated as such. In addition, the following questions must be answered and elaborated on as part of the package: (1) Company Information: Please provide your company's name, point of contact (POC), address, phone number, and business size under NAICS code 541611 (2) Past Performance: Does your firm have the relevant past performance within the last three years? If so please provide contract numbers, contract type, dollar value of each contract, point of contacts (preferably the Contracting Officier's Technical Representative (COTR)), and a brief description of the work performed. (3) Technical Experience: Does your firm have the work experience similar in nature, scope, complexity, and difficulty of work in the PWS? Has your firm provided similar services/support for the Department of Defense or United States Marine Corps? (4) In order to meet the requirements of the PWS will your company be establishing a joint venture with another company? If so, list the names and provide the company's general information, If at least two responsible small business concerns are determined by the Government to be capable of performing this requirement based on an evaluation of the capability packages submitted by 10:00 am EST, November 15, 2012, the requirement will be solicited as a 100% set-aside for small business concerns. If capability packages are not received from at least two responsible small business concerns by the response date or if the Government determines that no small businesses are capable of performing this requirement based upon an evaluation of the capability packages submitted this requirement will be solicited under full and open procedures. To assist us in maintaining a list of interested small businesses for this potential procurement, please provide your response to this request via email to: jerome.carter@usmc.mil. A Firm Fixed Price (FFP) contract is anticipated. The anticipated period of performance will be for one (1) twelve (12) month base period starting March 30, 2013 thru March 29, 2014 and will include two (2) twelve (12) month option periods. The place of performance will be located at Marine Corps Base Quantico, Virginia (4 locations) and Camp Pendleton Marine Corps Base, California. Contractor personnel will require a current Secret clearance for all support tasks with the exception of Security positions which require Top Secret Clearances. A written Request for Proposal (RFP) will be posted on or about December 3, 2012. The RFP must be retrieved and downloaded from http://www.FEDBIZOPPS.GOV. No hard copies of the RFP will be issued; all amendments will be posted and must be retrieved from this website. Responses to the RFP must be submitted by email to the POC identified below. No solicitation mailing list will be compiled. Contractors are responsible for all costs for submitting their capability packages. POC is Mr. Jerome Carter, at jerome.carter@usmc.mil. NOTE: Issuance of this notice does not constitute any obligation on the part of the Government to procure these services; issue a solicitation; nor notify respondents of the results of this RFI. No solicitation documents exist at this time. The Government will not pay for information submitted in response to this RFI and responses to this notice cannot be accepted as offers. Any information the Contractor considers proprietary should be clearly marked as such.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M00264/M00264-13-RFI-0201/listing.html)
- Place of Performance
- Address: See the attached PWS., Quantico, Virginia, 22134, United States
- Zip Code: 22134
- Zip Code: 22134
- Record
- SN02924802-W 20121107/121105234550-c9367a4cae6fbf18700cfa1afc681d42 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |