The RFP Database
New business relationships start here

RANGE AND TRAINING AREA MANAGEMENT (RTAM)-LIVE RANGE


Virginia, United States
Government : Military
RFI
Go to the link
This document has expired, therefore the above link may no longer work.

The Regional Contracting Office - National Capital Region (RCO-NCR), Marine Corps Base, Quantico, VA is seeking sources for Training and Education Command

CONTRACTING OFFICE ADDRESS:
RCO-NCR, Marine Corps Base, Quantico, VA


INTRODUCTION:
This is a SOURCES SOUGHT TECHNICAL DESCRIPTION to conduct market research and determine the availability and technical capability of all sources (including the following subsets, Small Disadvantaged Businesses, HUBZone Firms; Certified 8(a), Service-Disabled Veteran-Owned Small Businesses and Woman Owned Small Business) to provide the required products and/or services.


The Training and Education Command/Training and Education Capabilities Division/Range and Training Area Management Branch is seeking information for potential sources for a Contractor to Assists the RTAM System Support Officers (SSOs) in the provision of property accountability and life-cycle management for both live training systems and simulators. Warehouse management, inventory control, maintenance and replacement scheduling, and technical assistance to the training units on the use of systems are the core functions required at each site. Provide planning and sustainment support to RTAM by working in concert with resident System Support Officers (SSOs) to assess live training systems fielding, operation and associated sustainment activities in order to determine trends and develop approaches and methods to improve live training systems support. Training and Education Command (M95430), 2079 BARNETT AVE, QUANTICO, VA 221234.


DISCLAIMER:
THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY.


CONTRACT/PROGRAM BACKGROUND:
Contract Number: M00264-17-A-0002/Call# M00264-18-F-0516
Contract Type: BPA
Incumbent and their size: CORPS SOLUTIONS LLC
Method of previous acquisition: Full and Open Competition


Description of the current program/effort: The current program provides development, planning and sustainment support to RTAM by working in concert with resident System Support Officers (SSOs) to assess live training systems fielding, operation and associated sustainment activities in order to determine trends and develop approaches and methods to improve live training systems support for USMC personnel.


Anticipated Time Frame: PoP 27 Sept 2019- 26 Sept 2023


Place of Performance: Camp Lejeune, NC; Camp Pendleton, CA; Quantico, VA, Quantico VA (Range and Training Area Management), Marine Corps Base, Kaneohe, Bay, Hawaii and 29 Palms (MCAGCC)


REQUIRED CAPABILITIES:
The Government requires a Contractor to assist the RTAM System Support Officers (SSOs) in the provision of property accountability and life-cycle management for both live training systems and simulators. Warehouse management, inventory control, maintenance and replacement scheduling, and technical assistance to the training units on the use of systems are the core functions required at each site. Provide planning and sustainment support to RTAM by working in concert with resident System Support Officers (SSO) to assess live training systems fielding, operation and associated sustainment activities in order to determine trends and develop approaches and methods to improve live training systems support.


*See Attached DRAFT PWS for required capabilities.


SPECIAL REQUIREMENTS
Must have: Privacy and Security Non-Disclosure Statement
Favorable National Agency Check (NAC)
Common Access Card (CAC)
Personnel Security Investigation (PSI)


SOURCES SOUGHT:
The anticipated North American Industry Classification System Code (NAICS) for this requirement is 541614, with the corresponding size standard of $15M. This Sources Sought Synopsis is requesting responses to the following criteria ONLY from all sources that can provide the required services under the NAICS Code.


To assist RCO-NCR in making a determination regarding the level of participation by small business in any subsequent procurement that may result from this Sources Sought, you are also encouraged to provide information regarding your plans to use joint venturing (JV) or partnering to meet each of the requirements areas contained herein. This includes responses from qualified and capable Small Businesses, Small Disadvantaged Businesses, Service Disabled-Veteran Owned Small Businesses, Women-owned Small Businesses, HUBZone Small Businesses, and 8(a) companies. You should provide information on how you would envision your company's areas of expertise and those of any proposed JV/partner would be combined to meet the specific requirements contained in this announcement.


In order to make a determination for a small business set-aside, two or more qualified and capable small businesses must submit responses that demonstrate their qualifications. Responses must demonstrate the company's ability to perform in accordance with the Limitations on Sub-contracting clause (FAR 52.219-14).
SUBMISSION DETAILS:


Responses must include:
1) Business name and address;
2) Name of company representative and their business title;
3) Type of Business;
4) Cage Code;
5) Contract vehicles that would be available to the Government for the procurement of the product and service, to include ENCORE II, General Service Administration (GSA), GSA MOBIS, NIH, NASA SEWP, Federal Supply Schedules (FSS), or any other Government Agency contract vehicle. (This information is for market research only and does not preclude your company from responding to this notice.)


Vendors who wish to respond to this sources sought should send responses via email NLT 2 July 2019, 4:00 PM Eastern Daylight Time (EDT) to dayna.myers@usmc.mil.
Interested vendors should submit a brief capabilities statement package (no more than ten pages) demonstrating ability to perform the services listed in this Technical Description. Documentation should be in bullet format.


Proprietary information and trade secrets, if any, must be clearly marked on all materials. All information received that is marked Proprietary will be handled accordingly. Please be advised that all submissions become Government property and will not be returned. All government and contractor personal reviewing RFI responses will have signed non-disclosure agreements and understand their responsibility for proper use and protection from unauthorized disclosure of proprietary information as described 41 USC 423. The Government shall not be held liable for any damages incurred if proprietary information is not properly identified.


 


Dayna Myers, Contract Specialist, Phone 7034321084, Email dayna.myers@usmc.mil - Christa Eggleston-Scott, Phone 7037843595, Email christa.eggleston-sc@usmc.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP