SOURCES SOUGHT
99 -- Idops Logistics Support
- Notice Date
- 12/28/2020 10:27:43 AM
- Notice Type
- Sources Sought
- NAICS
- 541614
— Process, Physical Distribution, and Logistics Consulting Services
- Contracting Office
- COMMANDER QUANTICO VA 22134-6050 USA
- ZIP Code
- 22134-6050
- Solicitation Number
- M6785421I2016
- Response Due
- 1/5/2021 10:00:00 AM
- Archive Date
- 01/20/2021
- Point of Contact
- Wanda N Harner
- E-Mail Address
-
wanda.harner@usmc.mil
(wanda.harner@usmc.mil)
- Description
- 1. INTRODUCTION Marine Corps Systems Command (MCSC) Portfolio Manager Command Element Systems (PfM CES), Program Manager Intelligence Systems (PM IS), Identity Operations (Idops) team is conducting market research to determine the availability of responsible and qualified sources to provide personnel, equipment, supplies, materials, and other items necessary to provide comprehensive sustainment logistics support for the IdOps team in accordance with Federal Acquisition Regulation (FAR) Part 10. This requirement is associated with North American Industry Classification System (NAICS) Code 541614, Process, Physical Distribution and Logistics Consulting Services. �The purpose of this RFI is for the Marine Corps to gain awareness of potential qualified sources and to develop additional knowledge of the existing market for the required services. THIS IS A REQUEST FOR INFORMATION.� This RFI is issued solely for market research purposes only; it does not constitute a Request for Proposals (RFP). No solicitation document exists and a formal solicitation may or may not be issued by the Government as a result of the responses to this RFI. This request for information does not commit the Government to contract for any supply or service.� Issuance of this notice does not constitute any obligation on the part of the Government to procure services or to issue a solicitation.� Responses to this notice cannot be accepted as offers.� Vendors are advised that the Government will not pay for any information or pay administrative costs vendors may incur in responding to this RFI; all costs associated with responding to this RFI will be borne solely by the responding interested party.� Any information that the vendor considers proprietary should be clearly marked as such.� Clearly marked responses to this RFI indicating that information therein is proprietary or represents confidential business information will be received and held in confidence for U.S. Government use only.� The information provided in this RFI is notional and may change.� The Government is under no obligation to revise any aspect of this RFI should any information provide herein change.� The Government will provide any additional information and issue any additional request for information at its sole discretion. 2. BACKGROUND Marine Air-Ground Task Force (MAGTF) expeditionary forensics is one of three pillars within the United States Marine Corps (USMC) Identity Operations Strategy 2020 Implementation Plan. Expeditionary Forensics Exploitation Capability (EFEC) systems, the current capability, is now in the disposal process. The legacy equipment will be disposed of and the Forensics Dominance System � Marine Corps (FDS-MC) will provide a more tactical and operational level forensics technical exploitation capability. FDS-MC allows Marines to conduct forensic exploitation through the use of Commercial-off-the-Shelf (COTS) equipment in an expeditionary laboratory environment. ��It is currently being developed through the acquisition process to be tailored for the enterprise mission. PM IS, IdOps team manages the fielding, life cycle support, sustainment, and enhancement/refresh of programs under their cognizance.� The team is also responsible for establishing near and long-term strategic planning that ensures IdOps assets maximize interoperability and mission effectiveness; implement timely, affordable technical improvements; and guard against premature obsolescence.� CES Albany, as the Subject Matter Expert (SME) for sustainment, provides input to the acquisition and sustainment logistics planning for developmental systems, upgrades for fielded systems and to ongoing sustainment support of fielded systems. These efforts consist of recommendations to maintenance planning and sustainment support to include providing the Initial Issue Provisioning (IIP), technical data and technical documentation requirements. Naval Information Warfare Center-Atlantic (NIWC-A) Charleston, as the integrator for material solutions provides storage, baseline management of software and hardware, formal kitting, and shipping of physical assets for the Government. 3. GENERAL TECHNICAL REQUIREMENTS Logistic support for forensic equipment, technology, and legal standards of forensic evidence is required. 3.1 Logistics Requirements 3.1.1 �Develop, review and edit documents related to maintenance, repair, repair part provisioning, and sustainment as required. 3.1.2 Work in coordination with the Government on the provisioning of repair parts or services as required for the specialized equipment. In the cases where such services must be provided through the Original Equipment Manufacturer (OEM), the contractor shall coordinate with the OEM and facilitate engagement to return the gear to serviceable condition. 3.1.3 Manage OEM and specialized repair facility relationships as intermediate maintenance to support Preventative Maintenance (PM), Corrective Maintenance (CM), ongoing calibration of gear to maintain and restore the equipment to baseline conditions. 3.1.4 Develop a full maintenance strategy to include supply chain management for repair parts, service coordination for the maintenance activity, and physical accountability of the following,� but not limited to, list of gear: Thermofisher Gemini Analyzer Detectachem Seeker-E Dell 7071 Optiplex Dell 7550 Laptop Rofin Flare Plus2 3.1.5 Assist in the initial cataloging and continued maintenance of established management data to include review and validating Logistics Management Information (LMI) and Engineering Data for Provisioning (EDFP) from the OEM); 3.1.6 Provide all support actions required for operating and maintaining the covered system, subsystems, and support equipment. The Contractor Logistics Support (CLS) system includes all maintenance and personnel, materials and inspections, recovery of failed or faulty systems or subsystems, and return to the installation that the item was physically located. This will also include supply of all Contractor owned spares and support equipment through a Contractor Owned and Maintained Parts (COMP); repair and overhaul of all repairable spares at in a manner consistent with the serviceable condition codes, repair stations; maintenance and repair of all support equipment; and overhaul. 3.1.6.1 This includes supply, procurement, production control, quality control, component failure reports, and acquisition of commercial data. This effort includes additional support, as over and above tasks, including depot maintenance support, field team support (worldwide), fault investigation, and damage repair. Establish and maintain agreements with the OEM for data and technical support to maintain the FDS-MC system. 3.1.6.2� The Government also requires information for: quality, contract funds status, consumption and usage, service engineering reports, subscription services for technical manual updates and service actions. CLS includes organizational and depot level maintenance, data, Contractor Operated and Maintained Base Supply (COMBS), as well recovery of repairable assets and return to the integrator. 3.1.7 The Contractor will provide all support required to fulfill this requirement, including but not limited to labor, materials, tools, equipment, parts, and transportation. All records, files, documents, and work papers provided by the Government or generated by the Contractor in support of the contract are Government property. 3.1.8 Assist in the maintenance of special projects, preparing documents to open and close projects, inventorying projects and packaging and shipment of equipment for repair or return to fielded location. 3.1.9 Monitor readiness of IdOps forensics systems by researching causes of readiness problems, documenting trends and making recommendations to improve readiness rates and performing root cause analysis during failure and providing comprehensive Failure Rate. 3.1.10 Analyze and make recommendations to resolve technical and logistical problems received from Operational Forces, Defense Logistics Agency (DLA) catalogers, USMC Logistics Command (LOGCOM) item managers and other sources. 3.1.11 Depot Maintenance 3.1.11.1 Tear Down and Evaluation: The Contractor shall tear down and evaluate system Line Replaceable Units (LRUs) and System Replaceable Units (SRUs) provided by the Government for repair, and deliver a cost estimate for any required repairs. �3.1.11.2�The Contractor shall repair SRUs of the System back to Condition Code A (Serviceable Issue without Qualification: New, used, repaired, or reconditioned material, which is serviceable and issuable to all customers without limitation or restrictions.) The Contractor shall deliver repaired SRUs to the requesting activity no later than 120 days after receipt of the repair order. Specific requirements will be negotiated and incorporated by modification and task order, as applicable, after contract award. 3.1.12 Gather information and prepare a monthly status report of accomplished work.� The report shall be submitted to the government close of business each Thursday unless otherwise determined by the Contracting Officer�s Representative (COR).� Format and template will be provided at start of work meeting. 3.2 Security Requirements 3.2.1 Security. The contractor shall observe and comply with all security provisions in effect at each Government facility. 3.2.2 Contractor Background Check. The information provided to the contractor will be unclassified and/or Controlled Unclassified Information (CUI). The contractor is not required or expected to have a Facility Clearance and contractor personnel supporting this effort are not required to possess Personnel Clearance Levels. Any contractor personnel requiring access to U.S. Government CUI shall possess a completed background investigation (minimum of a T-1/NACI) for this Public Trust Position. The Company must notify the MCSC AC/S G-2 Personnel Security Office (PERSEC Office) via encrypted e-mail to MCSC_Security@usmc.mil or 703-432-3374/3952, within 24 hours, of any adverse/derogatory information associated with the 13 Adjudicative Guidelines concerning any contractor performing on this contract, if they have been issued a CAC and/or a MCSC Building Badge.� 4. ADMINISTRATION Interested parties are requested to provide a response addressing their approach to meeting the requirements listed in Section 3 and detailing: A brief executive summary which includes the following, as a minimum: Company name Point of Contact, Phone Number, Email Address Company Address Website (if available) Commercial and Government Entity (CAGE) Code. Business type (large business, small business, small disadvantaged business, 8(a)-certified small disadvantaged business, HUBZone small business, woman-owned small business, very small business, veteran-owned small business, service-disabled veteran-owned small business) Similar efforts your company is currently performing under or has previously performed under. �State if your company is currently under any open GWACs such as NASA SEWP or are partners with one and if so, identify the contract vehicle and partner if applicable A detailed technical description of your company�s capabilities or solutions to meet the requirements stated in Section 3.0 above. 5.0 SUBMISSION INSTRUCTIONS.� All responses are due 05 January 2021, no later than 1300 EST.� Only electronic submissions will be accepted.� All responses must be submitted in Adobe PDF formats.� Responses shall be limited to 10 pages, including slick sheets or product brochures. Files must be limited to 2 MB each. Proprietary information submitted, if any, should be minimized and MUST BE CLEARLY MARKED.� To aid the Government, please segregate proprietary information.� Please be advised that submissions will not be returned. Responses to the RFI shall be sent as follows: Email subject line shall include the RFI number, M67854-21-I-2016 Responses shall be sent to:� wanda.harner@usmc.mil Questions and requests for clarifications on this RFI must be sent via email to arrive no later than 17 December 2020 at 1300 EST.� When submitting questions, please include the following in the subject line of your email: �M67854-21-I-2016 RFI Questions.�� Avoid providing proprietary information in your questions as our intent is to post all questions and answers to the beta.sam.gov website.� Submission of questions will be deemed permission to post the question with a response at https://beta.sam.gov. 6.0 NOTICE Vendors are advised that the Government may use non-Government personnel to assist in collecting and reviewing market information and providing technical advice.� Proprietary information submitted in response to this RFI will be protected from unauthorized disclosure as required by Subsection 27 of the Office of Procurement Policy Act, as amended (41 U.S.C. 423), and as implemented in the FAR.� Supporting personnel are procurement officials within the meaning of the Act and will take all necessary action to preclude unauthorized use or disclosure of the vendor�s proprietary data.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/ac03e449359e406f86d192a4f36254f4/view)
- Place of Performance
- Address: Stafford, VA 22556, USA
- Zip Code: 22556
- Country: USA
- Zip Code: 22556
- Record
- SN05881463-F 20201230/201228230109 (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 |