SPECIAL NOTICE
R -- Draft RFP USMC MCICOM Professional Support Services (PSS)
- Notice Date
- 10/6/2023 2:53:23 PM
- Notice Type
- Special Notice
- NAICS
- 541611
— Administrative Management and General Management Consulting Services
- Contracting Office
- COMMANDING OFFICER WASHINGTON DC 20380-1775 USA
- ZIP Code
- 20380-1775
- Response Due
- 10/17/2023 10:00:00 PM
- Archive Date
- 11/02/2023
- Point of Contact
- Ryan Thompson
- E-Mail Address
-
ryan.f.thompson@usmc.mil
(ryan.f.thompson@usmc.mil)
- Small Business Set-Aside
- SBP Partial Small Business Set-Aside (FAR 19.5)
- Description
- You are invited to review and comment on the Marine Corps Installations Command (MCICOM) Professional Support Services draft request for proposals (DRFP). The primary purpose of this requirement is to provide a range of professional programmatic support services to the major directorates within the MCICOM Headquarters such as logistics services program support, information technology program support, operations support, planning support, government and external affairs support, facilities program support, and enterprise content management support. Work will support MCICOM Headquarters located in Arlington, VA/Washington, D.C., but will also include support to the MCICOM regions located at Marine Corps Base Quantico, Virginia, Marine Corps Base Camp Pendleton, California, and Marine Corps Base Camp Butler, Okinawa Prefecture, Japan. The MCICOM Headquarters serve as the buying office and administrator for this procurement. The Potential offerors are encouraged to comment on all aspects of the draft solicitation, including the requirements, schedules, proposal instructions, and evaluation approaches. Potential offerors should identify any unnecessary or inefficient requirement; and are also encouraged to comment on the DRFP CLIN structure, any unique terms and conditions, clauses and provisions to include the Instructions to Offerors (52.212-1 Addendum) and the Evaluation Criteria (52.212-2 Addendum). MCICOM seeks specific feedback on the reasonableness and achievability of the small business goals required for the Small Business Subcontracting Plan (see 52.212-1 Section V(B.)(2)). This competitive acquisition will result in the award of multiple Indefinite-Delivery/Indefinite-Quantity (ID/IQ) contracts against which it is planned to award Firm Fixed-Price (FFP) task orders in accordance with Federal Acquisition Regulation (FAR) Subpart 16.5 - Indefinite Delivery Contracts. A portion of this acquisition will be set-aside for small business in accordance with FAR Subpart 19.502-4. The contracts will have a five (5) year ordering period. The North American Industry Classification System (NAICS) code for this acquisition is 541611 � Administrative Management and General Management Consulting Services, with the corresponding size standard of $24.5 million. Potential offerors should ensure its company is listed in the online database(s) for the following: System for award management: https://www.sam.gov/SAM/ U.S. Department of Labor Veterans� Employment and Training Service, VETS-4212 Reports: https://vets4212.dol.gov/vets4212/ The successful offerors must pass an Equal Employment Opportunity (EEO) clearance before contract award (See FAR 22.805). The current planned release date for the Final Request for Proposal (RFP) is on or about November 8, 2023, with proposals being due December 8, 2023 (approximately 30 calendar days later). The anticipated contract award date is March 1, 2024. The majority of the contracted services will be performed primarily at Contractor�s facility and occasionally at Government Installations. Primary Government performance locations will include the Pentagon, Arlington, VA, Naval Support Facility (NSF), Arlington, VA or any of the 4 Regional Commands or 25 bases or stations listed in Section 1.3 Performance Work Statement at paragraph 1.3. The specific place of performance will be designated at the task order level. The following additional information is provided to assist in understanding this acquisition: A 30-day or 1-month transition phase-in period is contemplated at the task order level. Electronic Proposal Delivery � The Government intends to require proposals for this solicitation be submitted through the Procurement Integrated Enterprise Environment Capabilities (PIEE) Solicitation Module. Potential offerors, especially those that have not previously submitted a proposal utilizing the PIEE Solicitation Module, are encouraged to review the guidance for Contractors registering to use PIEE applications at the following URLs: https://cac.piee.eb.mil/xhtml/unauth/web/homepage/vendorGettingStartedHelp.xhtml. PIEE Solicitation Web Based Training:�https://pieetraining.eb.mil/wbt/xhtml/wbt/sol/index.xhtml Documents related to this acquisition, including the solicitation, attachments, and any amendments will be attainable electronically from the World Wide Web through the Government-wide point of entry website at www.SAM.gov. Potential Offerors are requested to periodically monitor the websites for updates. Response Instructions Any comments regarding the DRFP should be submitted electronically in writing, TO: Ryan Thompson, Contracting Officer at ryan.f.thompson@usmc.mil, Adam Cole, Contract Specialist at adam.cole@usmc.mil, and Cc: mcicom_contracting2@usmc.mil no later than October 18, 2023, 1:00 p.m., EST. Telephone questions will not be accepted. All questions should be submitted on the comment resolution matrix provided as an attachment to this announcement. If a respondent believes their comments contain confidential, proprietary, competition sensitive, or business information, those questions/comments shall be marked appropriately. However, it is highly encouraged that potential offerors do not include confidential, proprietary, competition sensitive or business information within its comments. The Government will consider all comments received in preparation of the Final RFP. To the extent a comment leads the Government to revise the acquisition approach or requirements, the change will be reflected in the Final RFP. It is not the Government�s intent to post responses to the questions and comments received, however some may receive a posted response to the GPE if the Contracting Officer determines that a response would facilitate additional understanding of the solicitation.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/55d0078aa0d84ee1821a6b5cdf5350c3/view)
- Place of Performance
- Address: Arlington, VA, USA
- Country: USA
- Country: USA
- Record
- SN06855008-F 20231008/231006230047 (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 |