Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 05, 2018 FBO #6068
SOURCES SOUGHT

D -- Combat Operations Center (COC) / Network-On-The-Move (NOTM) Technical Support

Notice Date
7/3/2018
 
Notice Type
Sources Sought
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
Department of the Navy, United States Marine Corps, Marine Corps Tactical Systems Support Activity (MCTSSA), PO Box 555171, Camp Pendleton, California, 92055-5171, United States
 
ZIP Code
92055-5171
 
Solicitation Number
M68909-18-I-7638
 
Archive Date
8/3/2018
 
Point of Contact
Mark Moniz, Phone: 7607635496, Dwon Parker, Phone: 760-725-2363
 
E-Mail Address
mark.moniz@usmc.mil, dwon.parker@usmc.mil
(mark.moniz@usmc.mil, dwon.parker@usmc.mil)
 
Small Business Set-Aside
N/A
 
Description
Solicitation Number: M68909-18-I-7638 Description. Combat Operations Center (COC) / Network-On-The-Move (NOTM) Technical Support NAICS 541512 (Professional, Scientific, and Technical Services - Computer Systems Design Services) Agency: Department of the Navy Office: United States Marine Corps Location: Marine Corps Tactical Systems Support Activity (MCTSSA) Notice Type: Sources Sought - Request for Information (RFI) Synopsis: The Marine Corps Tactical Systems Support Activity (MCTSSA) provides technical and engineering support services to the Marine Corps Systems Command (MCSC). MCTSSA's Program & Engineering Support Group (PESG) Ground Systems Engineering Branch (GSEB) directly supports the efforts undertaken by MCSC's Portfolio Manager, Command Element Support (PfM CES), Command & Control Systems (PMM 161). Specifically, within the GSEB, MCTSSA provides test and engineering support to the Combat Operations Center (COC) and Networking-On-the-Move (NOTM) programs and their associated C2 applications. Personnel supporting the COC and NOTM programs are required to have current and relevant experience in Command Control Communications and Computers (C4) systems integration and testing with the COC and NOTM programs. The Government requirement is for the following test and engineering technical support services for the COC and NOTM programs: • Document reviews - to include, but not be limited to, technical studies, system performance and requirement specifications, interface and design documents, version description documents, system manuals, engineering and interface change proposals, test plans, test procedures, and test reports. • Meeting support - participating in Program Management Reviews, Working Groups, Configuration Control Boards, In-Progress Reviews, Technical Interchange Meetings, demonstrations, voice teleconferences, and planning sessions as required; providing technical input regarding integration considerations and making recommendations to resolve related issues. • Test support - participating in the conduct of test events. Test events may include, but not be limited to: integration, development, operational, interoperability, and certification events. • Product assessments - reviewing, analyzing, and providing written comments on commercial-off-the-shelf (COTS) or government-off-the-shelf (GOTS) products under consideration by the COC and NOTM program offices for inclusion in the systems' baselines in order to determine their suitability for satisfying operational requirements, capability gaps, or deficiencies. This includes assisting in the preparation and review of assessment plans, assessment scenarios, and procedures/scripts. • Help Desk support - participating in efforts related to resolving help desk support requests for the currently fielded COC/NOTM system, as appropriate. Security Requirements. Technical tasks require access to classified information and a security clearance up to the Secret level. Reference Documents. https://marinecorpsconceptsandprograms.com/programs/command-and-control-situational-awareness-c2sa/combat-operations-center-coc Industry Day. Not applicable Government Furnished Equipment. None FAR Part 10 requires market research prior to development of new requirements documents for an acquisition. The results of the Government's market research are used to determine whether qualified sources exist and whether commercial services are available to meet the requirement. This Sources Sought notice and Request for Information (RFI) is issued solely for information and planning purposes and does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. It is not a notice of a solicitation issuance. Responses to this Sources Sought notice and RFI are not offers and do not commit the Government to a contract for any supply or service whatsoever. At this time, the Government is not seeking proposals and will not accept unsolicited proposals in response. Submission of any information in response to this market research is purely voluntary and the Government assumes NO responsibility for any costs incurred in responding. Businesses that are small under the listed NAICS code, with the capabilities to perform the tasking below, are encouraged to reply to this Sources Sought notice and RFI. A decision to refrain from responding to this Sources Sought notice and RFI will not preclude a party from participating in any future RFP, if any is issued. Telephone inquiries will not be entertained, accepted, or acknowledged and no feedback or evaluation will be provided to companies regarding their capability submissions. If your organization has the potential capabilities to perform these contract services, please provide responses and SUBMIT the following: (1) the contractor's experiences performing requirements similar in complexity to those described above; (2) a reference list of relevant DOD contracts performed within the past 3 years, to include the contract number, dollar value, a brief description of the services performed, and customer points of contact with phone number; (3) information related to the contractor's business size and socioeconomic status; (4) GSA Federal Supply Schedule contract number or other Government contracts citing the applicable labor mixes that are authorized under the referenced contract; and (5) a statement as to the capability of providing employees with the required (secret) security clearances. Interested parties who consider themselves qualified to perform the above-mentioned services are invited to submit responses to this Sources Sought notice via email to Mark Moniz at mark.moniz@usmc.mil, 19 July 2018 by 2PM local. Questions regarding this announcement shall be submitted in writing by e-mail to the Contract Specialist, with a copy to the Procuring Contracting Officer, email address dwon.parker@usmc.mil and shall NOT contain proprietary or classified information. Questions submitted will be answered, as deemed appropriate by the Government and will be posted by 11 July 2018. Contracting Office Address: PO Box 555171 Camp Pendleton, California 92055-5171 United States Place of Performance: Marine Corps Tactical Systems Support Activity (MCTSSA) Camp Pendleton, California 92055 United States Primary Point of Contact: Mark Moniz, Contract Specialist mark.moniz@usmc.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M68909/M68909-18-I-7638/listing.html)
 
Place of Performance
Address: Marine Corps Tactical Systems Support Activity (MCTSSA), Camp Pendleton, California 92055, United States, Camp Pendleton, California, 92055, United States
Zip Code: 92055
 
Record
SN04977752-W 20180705/180703230719-f3e9ec5c62177a9476e14d905cbd3202 (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.