Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 29, 2019 FBO #6517
SOURCES SOUGHT

R -- USMC Prepositioning Plans and Data Support (P&DS)

Notice Date
9/27/2019
 
Notice Type
Sources Sought
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
Department of the Navy, United States Marine Corps, Marine Corps Logistics Command (LOGCOM), 814 Radford Blvd, Suite 240, Bldg 3700, Albany, Georgia, 31704-1128, United States
 
ZIP Code
31704-1128
 
Solicitation Number
M67004-20-R-0002
 
Archive Date
10/31/2019
 
Point of Contact
Calvin Caldwell, Phone: 9046965195
 
E-Mail Address
calvin.caldwell@usmc.mil
(calvin.caldwell@usmc.mil)
 
Small Business Set-Aside
N/A
 
Description
REQUEST FOR INFORMATION (RFI) ONLY: This request for information is for planning purposes only, and does not constitute an Invitation for Bid, Request for Proposal, Solicitation, and Request for Quote, or an indication that the Government will contract for the items in this RFI. The Government does not intend to reimburse interested parties for any information submitted as a result of this request. The Government does not reimburse respondents for any cost associated with submission of the information being requested or reimburse expenses incurred to interested parties for responses to this RFI. Any responses received will not be considered nor used as a proposal. The information obtained will be utilized to conduct acquisition planning with respect to industry capability to meet the requirements described below and for the consideration of small business set-asides. Blount Island Command (BICmd), Contracts Support Management Office (CSMO), is conducting market research for the purpose of identifying possible open market sources with experience and capabilities support USMC Prepositioning Plans and Data Support Services with a primary operating location at Marine Corps Support Facility Blount Island, Jacksonville FL. This office procures complex services and commodities in support of the USMC Maritime Prepositioning Ships (MPS) program, Marine Corps Prepositioning Program- Norway (MCPP-N) and the Marine Expeditionary Unit (MEU) Augmentation Program - Kuwait (MAP-Kuwait). The MPS program consists of two squadrons of Maritime Prepositioning Ships (MPS). Each squadron is comprised of a Marine Air Ground Task Force (MAGTF), a Navy Support Element (NSE), and six (6) MPS ships. When called upon by the National Command Authority to execute a mission, one or more of the MAGTFs along with their respective NSEs fly to the area of impending operations. At their destination, these personnel marry up with their respective MPS squadron which are loaded with combat equipment and supplies for the initial build-up and sustainment of forces ashore. The MPS fleet currently consists of 12 ships, which are strategically located around the world. Each squadron is designed to sustain a MAGTF of approximately 18,000 personnel for a period of 30 days of combat. BICmd CSMO requests current information on potential contractors who have the knowledge and technical expertise to meet the USMC Prepositioning Plans and Data Support (P&DS) Services requirements described below. The Government requests the following information from potential open market sources: •· Company name, DUNS number, street address and point of contact with phone number and email address. •· Complete the supplemental data not to exceed 15 pages excluding brochures, pamphlets, catalogs and website information. •· Identify past experience performing similar services. Please provide the agency/customer name and point of contact information along with contract (or order/reference) number. •· Please identify your Company's size status (i.e. Small Business, 8(a) Program Participant, HUBZone, SDVOSB, WOSB, EDWOSB, or Other than Small Business) for NAICS 541511 Custom Computer Programming Services effective August 19, 2019 ( www.sba.gov ); $30M. USMC Prepositioning Plans and Data Support Requirement Overview/Scope Each Maritime Prepositioning Ship cycles through Jacksonville, Florida every 36-42 months to conduct what is known as the MPS Maintenance Cycle (MMC). The process required to properly plan for the execution of the MMC is an 18-24 month deliberate effort that begins with guidance produced by Headquarters Marine Corps (HQMC) Plans Policies and Operations (PP&O), followed by Planning Parameters and Factors provided by HQMC Installations and Logistics (I&L) then lastly, operational or tactical guidance from the Marine Operating Force Commanders. Myriad tailoring, equipment fielding and load planning conferences take place in order to ensure the required information necessary to build the required plans in support of the MMC is known. The Plans and Data Support (P&DS) contract provides the full range and depth of logistics services and software systems support for the Marine Corps Prepositioning Program (MCPP) which includes the MPF Program, MCPP-N and MAP-K. The Contractor shall provide services and products in support of the seven major areas: Marine Corps Prepositioning Programs Tailoring, MPS Maintenance Cycle Planning Support, Operations and Exercise Support, Data Management, Information Systems Support, Automated Identification Technology Support, Programming Support and Software Interface Maintenance. In addition to prepositioning support, this contract provides intermittent deployed operational logistics support to engaged Marine Corps and Department of Defense (DOD) operating forces. This support shall enable the operating forces to rapidly and successfully conduct Arrival & Assembly (A&A) operations and when required, support to Reconstitution efforts upon completion of assigned missions. The Government will provide the required information and documentation to the P&DS contractor to facilitate the development of the various MPSRON/ship's plans. The development of the ships planning documents is an iterative and evolving process due to the potential for changes in defense strategies and global situations, therefore the planning process requires close coordination between the government Plans Management Branch and the P&DS contractor. The P&DS contractor also supports tailoring requirements associated with the equipment and supplies prepositioning in Norway and Kuwait, providing the same expertise as they do when supporting MPF Tailoring. The Contractor shall utilize government-owned information management systems, databases, and software systems to review, download, manage, store, and modify MPS planning related data as applicable. The existing systems MAGTF Deployment Support System (MDSS II), Sea Service Deployment Module (SSDM), and Integrated Computerized Deployment System (ICODES) contain transportation and configuration data. Total Force Structure Management System (TFSMS) and Global Combat Support System Marine Corps (GCSS-MC), contain supply and inventory information, respectively. Contractor may be required to access TFSMS and GCSS-MC to validate allowances and inventory information to facilitate the development of planning documents. Some MCPP entities, such as MCPP-N, utilize systems that have unique interface requirements. MCPP-N utilizes the Norway Equipment Inventory Management System (NEIMS) for in-country data management; however, this data is not compatible with MDSS II without data conversion. The Contractor shall interface with the host nation Norwegian Defense Logistics Organization (NDLO) to facilitate the conversion of NEIMS Limited Data (text file or spreadsheet) into MDSS II data. The conversion of NEIMS Limited Data shall be converted by utilizing the government-owned interface utility. The following information management systems are significant to meet the MPS, MCPP-N and MAP-K prepositioning requirements: •· Marine Corps Prepositioning Information Center 2.0 (MCPIC 2.0). MCPIC 2.0 is a government developed, government owned, web-based Information Technology (IT) system that consists of multiple applications that provide cradle-to-grave support of MMC prepositioning planning and execution processes. The Contractor shall maintain technical data in the Equipment Lifecycle Management (ELM) application; facilitate Marine Expeditionary Brigade (MEB) Table of Equipment (T/E) and Prepositioning Objective (PO) development using the Mission Framework (MF) and PO Management (POM) applications; develop plans in the Prepositioning Planning System (PPS) application; provide plans and changes for dissemination and approval via Workflow Management; maintain deployed data in the Prepositioning Equipment and Supplies Viewer (PES-V); and, throughout the process, provide quality comparisons between the P&DS contractor plans and the separate Marine Corps Maintenance Contractor's data through Quality Assurance (QA) Tools. The Contractor shall maintain and provide system support for MCPIC. The Contractor shall maintain and provide system support for MCPIC/MCPIC 2.0. The Contractor shall maintain MCPIC's systems interfaces. The Contractor shall ensure all software maintenance is performed in accordance with Marine Corps Cyber Security regulations and the baseline versions are coordinated with the Government (or other entities as established by the Government) prior to being placed into production. •o The MCPIC 2.0 platform also houses applications that support various other requirements other than that directly associated with prepositioning planning. These are Integrated Placement and Registration of Identified Materials and Equipment (iPRIME), iMARK, iTRACK, iPACK. These tools are web based and are mobile applications of MCPIC 2.0 that integrate automated identification technology (AIT) to enhance supply chain business processes. It facilitates the Item Unique Identification (IUID) marking and registration of qualified military equipment. It maintains an IUID data interface with the USMC Temporary Data store (TDS) and the DOD IUID Registry. The iPRIME application also facilitates the use of passive radio frequency identification (pRFID) technology by encoding and associating tags to military equipment and supplies. Once the equipment is tagged, it is used to maintain asset identification and visibility, conduct inventories, and track equipment movement and distribution. Using the Playbook functionality, IPRIME application supports the Maritime Prepositioning Force (MPF) Arrival and Assembly (A&A) phase by providing the Ground Commander real-time tracking of equipment distribution to the using units. MCPIC 2.0 contains middleware for AIT device management and control. AIT devices range from fixed passive RFID readers to real-time tracking location system (RTLS) technologies. It provides automated notification to functional managers in the event a failure occurs. IPRIME Mobile application is designed to operate on handheld computers and laptops. MCPIC 2.0 integrates with both Oracle and Microsoft SQL Server. MCPIC 2.0 has a Type Accreditation with a complete Authority to Operate / Authority to Connect (ATO/ATC) on the Marine Corps Enterprise Network. The Contractor shall ensure all software maintenance made to MCPIC 2.0 are designed in accordance with Marine Corps Cyber Security regulations. •· Integrated Computerized Deployment System (ICODES). ICODES is a government developed, government owned Computer Aided Design (CAD) software program that is used to build ship and air load plans. The planners at BICmd utilize a local stand-alone ICODES server to build the load plans. The P&DS contractor shall ensure access, conduct training, and provide help-desk services to all Blount Island MPF personnel that require access to the system. •· M AGTF (Marine Air-Ground Task Force) Deployment Support System II (MDSS II). MDSS II is the system currently used by Blount Island Command to provide the list of equipment and the configuration of the equipment as-loaded on ships and caves as well as the location of each individual item. The Contractor shall provide help-desk functions and customer support to ensure continuous, uninterrupted system access to current version and any subsequent versions or replacement for MDSS II. MDSS-II is being phased out and is only used at Blount Island. •· Sea Service Deployment Module (SSDM). Replaced MDSS-II and is used by the warfighter. SSDM will merge with ICODES once it is fully fielded, it currently does not have the level of detail required for MPF. •· Automated Identification Technology Support. The DoD mandates the use of the IUID and RFID application for government owned equipment for inventory and tracking purposes. To ensure compliance with Government mandates, the Contractor shall provide services to facilitate IUID and RFID project management, tag placement, data collection, data registry, ITV updates, and system support. The Contractor shall train Government personnel and contractor personnel, as needed, in the use of the associated software programs and ancillary hardware/equipment. The Contractor shall provide IUID and RFID project management, tag placement, data collection, data registry, systems support to the MCPP to enable asset inventory and tracking. The Contractor shall provide support to BICmd, NDLO, Marine Operating Forces, Aviation Ground Support Equipment (AGSE), prime contractors, Expeditionary Medical Facility (EMF) and Navy Construction Element (NCE) and other entities as required. •· Programming Support and Software Maintenance. Provide programming support and software maintenance in direct support of MCPP. Software maintenance is defined as the process of modifying a software system or component after delivery to correct faults, improve performance or other attributes, or adapt to a changed environment. The Contractor shall create customized solutions that meet the needs of the entire prepositioning planning and execution continuum as described in MCO 3000.17. •· Information Technology Controls. The Contractor shall perform select IT functions in support of the logistics operations and management of the MCPP. These functions include, but are not limited to the installation and maintenance of Logistics Automated Information Systems (LOGAIS) equipment, COTS and GOTS software; and the operation, administration LOGAIS and maintenance of system/applications and Database Management Systems (DBMSs). The Contractor shall provide these LOGAIS services in support of the Marine Corps Prepositioning Programs (MCPP) Logistics Services contract. This RFI is issued solely for information and planning purposes. There is no guarantee that the Government will pursue a solicitation for any of the requirements identified herein. All information received in response to this RFI will NOT BE RETURNED. The Government may respond to questions associated with the requirements described above, if it is determined beneficial. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Respondents will not be notified of the results of the evaluation. All information should be directed to Mr. Calvin Caldwell via email: calvin.caldwell@usmc.mil and Ms. Patricia Solberg at patricia.solberg@usmc.mil. Responses to this Request for Information must be submitted no later than October 16, 2019 1:00 p.m. Eastern Standard Time.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M67004/M67004-20-R-0002/listing.html)
 
Place of Performance
Address: 5880 Channel View Boulevard, Blount Island Command, USMC, Jackosnville, Florida, 32226, United States
Zip Code: 32226
 
Record
SN05461694-W 20190929/190927230633-4b0d0fd489ce94fcc65a1c013f363fbb (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.