Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 25, 2015 FBO #4841
SOURCES SOUGHT

R -- Marine Corps Center For Lessons Learned (MCCLL) Source Sought For Analytical, Technical and Liaison Support

Notice Date
2/23/2015
 
Notice Type
Sources Sought
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
Department of the Navy, United States Marine Corps, MCB Quantico - National Capital Region (NCR), 2010 Henderson Road, Quantico, Virginia, 22134-5045, United States
 
ZIP Code
22134-5045
 
Solicitation Number
M00264-15-T-XXXX
 
Archive Date
3/26/2015
 
Point of Contact
Joy Hughes,
 
E-Mail Address
joy.hughes@usmc.mil
(joy.hughes@usmc.mil)
 
Small Business Set-Aside
N/A
 
Description
1. SOURCES SOUGHT ANNOUNCEMENT: The Regional Contracting Office - National Capital Regional (RCO-NCR), Marine Corps Base, Quantico, VA is seeking sources for Marine Corps Center for Lessons Learned 2. CONTRACTING OFFICE ADDRESS: Regional Contracts Office (RCO) 2010 Henderson Road Quantico, VA 22191 3. INTRODUCTION: This is a SOURCES SOUGHT TECHNICAL DESCRIPTION to conduct market research and determine the availability and technical capability of all sources. The Marine Corps Center for Lessons Learned is seeking information for potential sources for a full range of analytical, technical, and liaison support to perform lessons learned analysis and liaison support at commands throughout the Marine Corps. Marine Corps Center for Lessons Learned collects and analyzes observations, insights, and lessons to produce and disseminate lessons learned materials, to include, but not limited to MCCLL lessons learned collection reports, trend reports, unit submitted after action reports, briefs, best practices, emerging tactics, techniques, and procedures, and other materials to support the Marine Corps Lessons Learned Program, Marine Corps Order 3504.1. In addition to supporting the planning and execution processes for operations and exercises, the Marine Corps Lessons Learned program supports the Marine Corps Force Development Process (MCFDP) and DOTMLPF analysis (doctrine, organization, training, manpower, leadership, personnel, and facilities) by identifying best practices, emerging tactics, techniques, and procedures (TTPs), capability gaps and recommending solutions. In response to increasing requirements for lessons learned information and Overseas Contingency support, MCCLL has identified a requirement for an industry partner to support operational goals. This includes lessons learned data collection efforts and liaison efforts at the MARFOR/MEF and major subordinate command levels to provide support of the lessons learned and after action report processes, and assisting Marine Corps activities with preparations for operations and exercises. 4. 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. 5. CONTRACT/PROGRAM BACKGROUND: Contract Number: N00178-04-D-4114 Contract Type: FFP via SEAPORT Incumbent and their size: SERCO INC. Other than small business: Large Business Method of previous acquisition: Task award via SEAPORT. Full and open competition. The contractor provides administrative, analytical, and liaison support to the Marine Corps Center for Lessons Learned with lessons learned analysis support at Marine Forces (MARFORS), Marine Expeditionary Forces (MEFs), and Major Subordinate Commands (MSC), Headquarters Marine Corps, Plans Policy and Operations (PP&O), Marine Corps Combat Development Command (MCCDC), and Marine Air Ground Task Force Training Command (MAGTF TC). New Requirement: This new requirement for services is anticipated to occur from 15 September 2015 to 15 May 2016. Place of performance are at the following 18 commands: 1. I Marine Expeditionary Force: Camp Pendleton, California 2. 1st Marine Division: Camp Pendleton, California 3. 1st Marine Logistics Group: Camp Pendleton, California 4. 3d Marine Aircraft Wing, Marine Corps Air Station, Miramar, California. 5. II Marine Expeditionary Force, Camp Lejeune, North Carolina. 6. 2d Marine Division, Camp Lejeune, North Carolina 7. 2d Marine Logistics Group, Camp Lejeune, North Carolina 8. 2d Marine Aircraft Wing, Marine Corps Air Station Cherry Point, North Carolina 9. III Marine Expeditionary Force, Camp Courtney, Okinawa Japan 10. 3d Marine Division, Camp Courtney Okinawa, Japan 11. 3d Marine Logistics Group, Camp Kinser, Okinawa, Japan 12. 3d Marine Regiment, Kaneohe Bay, Hawaii 13. Marine Forces Reserve, New Orleans 14. 4th Marine Division, New Orleans 15. Marine Air Ground Task Force (MAGTF), Training Command, 29 Palms 16. Marine Corps Forces Command, Norfolk VA 17. Marine Corps Combat Development Command, Quantico VA 18. Headquarters Marnie Corps, Plans Policy and Operations (PP&O) Pentagon, Arlington VA. 6. REQUIRED CAPABILITIES: Implement and maintain the lessons learned process at each Command, in accordance with Marine Corps Order 3504.1, the Marine Corps Lessons Learned Program. The lessons learned process includes identification of Command Lessons Managers (CLM) at the battalion/squadron level in the Marine Corps Lesson Management System (LMS), the registration and maintenance of subscribers in the LMS, and submission lessons learned materials to the Lesson Management System (LMS) to include unit after action reports from operations and exercises. Lessons learned materials shall be reviewed for proper classification and/or For Official Use Only (FOUO) markings prior to submission to LMS. Participate in MCCLL annual lessons learned collection campaign plan development and execution in accordance with MCCLL SOP dated 15 June 2011. The annual campaign plan typically consists of approximately 10-15 annual lessons learned topics, categorized by Marine Air Ground Task Force (MAGTF) element. Each topic is a lessons learned collection effort and results in a formal lessons learned report. The Marine Corps LMS Battleboard is the information system utilized to capture and document all aspects of the planning and execution of the annual lessons learned campaign plan. Develop, draft, and submit collection topics on behalf of their designated Command, based on the analysis of lessons learned requirements in the prescribed LMS Battleboard "collection topic" format for their designated commands throughout the annual lessons learned campaign plan process. The development of the annual lessons learned campaign plan includes solicitation, development, and prioritization of topics from each command, with the results compiled during an annual working group review. The annual collection plan is re-visited at the mid-year mark, to re-validate existing topics, and solicit emerging topics as required. Topics are also submitted during the year, as required in support of real world events, such has humanitarian assistance, disaster relief (HA/DR) and other contingency operations as they arise. The Contractor shall plan, execute, and compile the results of collection efforts in accordance with MCCLL SOP dated 15 June 2011. Facilitate and obtain feedback on draft MCCLL reports to ensure the synthesized lessons learned information, that typically involves the perspectives of multiple commands on complex issues, is captured accurately in accordance with Marine Corps Center for Lessons Learned Standard Operating Procedures dated 15 June 2011. Prepare responses to lessons learned requests for information (RFI) for the planning and execution of Operations and exercises as required in accordance with MCCLL SOP 15 June 2011. 7.SPECIAL REQUIREMENTS: Contractors will be required to have a Secret clearance prior to contract award. 8. SOURCES SOUGHT: The anticipated North American Industry Classification System Code (NAICS) for this requirement is 541611( Administrative Management and General Management Consulting), with the corresponding size standard of $15 Million. 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 requirements 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). 8. 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, to include 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.) Vendors who wish to respond to this sources sought should send responses via email NLT 11 March 2015, 11:00 AM Eastern Standard Time (EST) to Joy.Hughes@usmc.mil. 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 RFI 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
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M00264/M00264-15-T-XXXX/listing.html)
 
Place of Performance
Address: Upon Contract Award, Quantico, Virginia, 22191, United States
Zip Code: 22191
 
Record
SN03649649-W 20150225/150223235657-9c65a42a658782ae933cd03f93e23132 (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 |
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.