Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 09, 2024 SAM #8291
SOURCES SOUGHT

D -- PM GWS Opus Suite Consulting Services

Notice Date
8/7/2024 12:24:37 PM
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
COMMANDER QUANTICO VA 22134-6050 USA
 
ZIP Code
22134-6050
 
Solicitation Number
M67854-24-I-3015
 
Response Due
8/22/2024 2:00:00 PM
 
Archive Date
08/31/2024
 
Point of Contact
Tessanna H. Curtis, Peggy L. Smith
 
E-Mail Address
tessanna.curtis@usmc.mil, peggy.l.smith1@usmc.mil
(tessanna.curtis@usmc.mil, peggy.l.smith1@usmc.mil)
 
Description
THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. Marine Corps Systems Command (MCSC) Program Manager, Ground Weapons Systems (PM GWS), Quantico, VA 22134 intends to enter into sole-source negotiations and subsequently award a SeaPort Next Generation (SeaPort-NxG) task order to WPI Services, LLC (doing business as Systecon, North America), 14155 US Highway One, Suite 300, Juno Beach, FL 33408 (Cage Code 6HT91) to provide Opus Software Suite consulting services to develop, validate, and deliver models for GWS equipment using the authority at FAR Part 6.302-1, �Only one responsible source and no other supplies or services will satisfy agency requirements.� The PM GWS requires Opus Software Suite consulting services from Systecon, the proprietary owner of the software, in order to obtain customized predictive analysis to support products support development of PM GWS equipment. This effort is estimated for award in the fourth quarter of fiscal year 2024 with an anticipated period of performance of October 2024 to October 2027. PM GWS manages an array of weapon systems and equipment supporting Force Design and the Marine Corps ground combat element, which include small arms, optics, anti-armor, air and amphibious platforms, fire support coordination and direction, artillery, loitering munitions, fires platforms, and unmanned waterborne vessels. PM GWS intends to leverage the Opus Software Suite, an industry-proven modeling and simulation software tool, to develop, validate, and deliver models for GWS equipment in order to support business case analyses that inform optimal return-on-investment decisions and optimize equipment readiness. PM GWS priorities are its Force Design programs, such as Navy/Marine Expeditionary Ship Interdiction System and Long Range Fires, which are new capabilities introduced to Marine Corps inventory and require supply and maintenance analysis and predictive modeling to ensure sustainment and operational availability. The prediction of demand requirements requires unique software that can analyze supply and maintenance data and provide expert recommendations to PM GWS for decision making. The Opus Software Suite consulting services will support PM GWS in evaluating �what-if� scenarios for system utilization and subsystem requirements. Predictive modeling in the Opus Software Suite will identify necessary changes in areas of product support, resulting in reduced maintenance downtime and operation and sustainment costs. This support will provide program leadership with services that use Opus Suite modeling and simulation development and subject matter expertise to understand costs and evaluate return on investment. THIS NOTICE IS NOT A REQUEST FOR COMPETITIVE PROPOSALS. This acquisition is being pursued on a sole-source basis under the statutory authority FAR 6.302-1(b)(1)(ii) since the required consulting services are unique and available from only one or a limited number of sources. Unless stated herein, no additional information is available. Only responsible sources that are SeaPort-NxG schedule holders may submit a capability statement, proposal, or quotation, which shall be considered by MCSC. Responses must be submitted within 15 calendar days after the date of the publication of this synopsis and identify the potential offeror�s interest and capability to respond to the requirement. The United States Government (USG) will consider all information received by this response date that meet the aforementioned criteria. A determination by the Government not to compete this requirement based upon responses received as a result of this notice is solely within the discretion of the USG. All submissions become USG property and will not be returned. Contractors are advised that the USG will not pay for any information or administrative costs incurred in response to this notice of intent. The applicable North American Industry Classification System codes are 541330, Engineering Services, and 541511, Custom Computer Programming Services. GENERAL INFORMATION: The information provided herein is subject to change and is not binding on the USG. The USG has not made a commitment to procure any of the items discussed and should not be construed as a commitment or as authorization to incur cost for which reimbursement would be required or sought.� All responses to this notice shall be submitted to Ms. Tessanna Curtis at tessanna.curtis@usmc.mil and Ms. Peggy Smith at peggy.l.smith1@usmc.mil. Please reference the announcement number on all correspondence. Primary Point of Contact: Tessanna H. Curtis Contract Specialist tessanna.curtis@usmc.mil Secondary Point of Contact: Peggy L. Smith Contracting Officer peggy.l.smith1@usmc.mil
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/d78321545b1742a0bccd61eb660af6ac/view)
 
Place of Performance
Address: Quantico, VA 22134, USA
Zip Code: 22134
Country: USA
 
Record
SN07161110-F 20240809/240807230126 (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 |
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.