The RFP Database
New business relationships start here

Training and Exercise Planning, Design and Execution Support


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

 
Training and Exercise Planning, Design and Execution Support Agency: Department of the Navy
Office: United States Marine Corps
Location: Marine Corps Systems Command

 SOURCES SOUGHT NOTICE

General Information: The Marine Corps Systems Command (MCSC) is issuing this sources sought notice as a means of conducting market research to identify parties having an interest in and the resources to support this requirement for Home Station Unit Training and Exercise Planning, Design and Support. This market research is for informational purposes only and should not be construed as a commitment of any kind.  Responses to this notice cannot be accepted by the Marine Corps to form a contract.  Responders will not be reimbursed for any information received and are encouraged not to provide proprietary data or business sensitive information.  The result of this market research will contribute to determining the method of procurement.


Purpose:  USMC Training and Education Command (TECOM) G3 directorate is seeking sources interested in a possible contract to provide Training and Exercise Planning, Design and Execution Support to USMC units conducting training at Quantico, VA; Camp LeJeune, NC; Camp Pendleton, CA; Twenty-nine Palms, CA; Kaneohe Bay, HI; and Okinawa Japan.  The USMC contemplates that the contractor would assist units with various aspects of Unit Training design, Exercise Design and Training and Exercise Support in order to help units properly access and employ available training resources, improve unit training efficiencies and effectiveness and increase unit operational readiness.


Requirement/Objectives:  The USMC is in need of support for training resource information, training/exercise design processes and scenario/background, exercise control, and evaluation documents to assist units in developing realistic training opportunities and reinforcing operational planning and Unit Training Management (UTM) skills.  As such, methods must be informed by, and consistent with, service approved methods and instruction.  However, some training support processes and products may need to be adjusted to meet unique unit or evolving training circumstances.  Respondents should be knowledgeable in and able to discuss:

•1.      USMC training and operational publications and associated concepts from squad to MAGTF level and span all elements of the MAGTF organization.  

•2.      Local training asset information to include: resource purpose, capabilities and capacities and ability to analyze service and theater training requirements and develop comprehensive solutions to complex unit training needs. 

•3.      Local safety and training regulations and requirements. 

•4.      Effectively research and track changes in the contemporary operating environment (COE), produce well written documents and professional quality products, and integrate aspects of the COE into unit tasks and missions across the range of military operations.

•5.      Their customer base and ability to tailor their support tasks and work load based on:  the type, number and size of the units they support (to include local deploying units, local training units, and visiting units); The units Table of Organization and Equipment (TO&E) and concept of employment in all relevant environments; the complexity of the support tasks requested by the supported unit; and the training capacity of the local range and training areas commonly used by those units. 

•6.      Ability to produce and deliver training design products that support unit Mission Essential Task (MET) based training, reference appropriate unit Training and Readiness manuals, meet validated unit training requirements and use/employ available local training and training support resources.

•7.      Ability to produce and deliver exercise design documents with scenarios that include operational and geographic setting, enemy threat capabilities, historical background and relevant current events information to provide purpose and context to unit training situations.  Exercise design products that plan and develop Training event execution guidelines, integrate use of training devices, battlefield effect simulators, live action role players and opposing force actions, simulated ISR feeds, and After Action Review / Performance Evaluations Checklists.

•8.      Ability to provide exercise execution support actions that help units employ all products and training support assets to meet unit training objectives and improve training outcomes.

Requested Information:

Interested parties capable of performing all the required services described above, in whole or by teamed effort, are invited to submit a response to this notice.  Partial solutions should not be submitted.  Interested parties are requested to provide capability summaries supported by brochures, prior experience references for this type of effort, and other literature directly addressing their ability to meet the aforementioned requirement.  The expected period of performance is five years.

Other Requested Information:

The North American Industry Classification System (NAICS) code for this effort is 561990.  The Small Business size standard is $11,000,000.  The Government is seeking responses from both Large and Small Businesses for this RFI.

Parties interested in providing information in response to this notice are invited to provide the following information to assist the Government with its market survey:

•·         Introductory Statement that includes at least the following

•o   Organization Name, Address and Point of Contact information.

•o   DUNS and CAGE Code.

•o   Business size and type (i.e., large, small, foreign, small disadvantaged, veteran owned, minority owned, etc.).  Please include your company's business size based on the above NAICS code.


Statement of capabilities addressing the Government's potential requirement.  Information contained in the capability statement should be pertinent and specific to the Government's requirement and, at a minimum, address the following qualifications:

(1) Experience: An outline of previous work, with an emphasis on specific work previously performed or currently being performed which is similar to the requirement, to include customer contract number and point of contact information; For contract references provide relevance in terms of scope and complexity to work described in the RFI, the percentage of work done by the company associated with the reference, and whether it was done as a sub-contractor or prime.
 (2) Secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements (statements of intent are not needed); 
(3) Implement a successful project management plan that includes: compliance with tight program schedules; cost containment; meeting and tracking performance; hiring and retention of key personnel and risk mitigation; 
(4) Provide services under a performance based service acquisition contract;
(5) Organization structure;
(6) Interest level:  Include an affirmative statement that they are a large or small business and interested in performing as a prime contractor.  (This notice is not seeking to identify subcontractors or to match subcontractors with prime contractors).  Include any other specific and relevant information as it pertains to the particular services to enhance our understanding of your company's capability to meet the requirement.



Responses should be no greater-than 5MB (due to USMC network limitations) and are requested not to exceed ten printed pages (excluding brochures, specification sheets, etc.) that are not larger than 8 ½" x 11" for each page.  Responses must be readable in Microsoft Office 2010 and/or Adobe Reader Professional 8. 

Submission Process and Due Date:

To respond to this notice, please supply the requested information via e-mail to:  Matthew Brown at matthew.s.brown2@usmc.mil. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. The due date for responses to this notice is 24 February 2017.


NOTE:  BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR SMALL BUSINESSES OR PROCURED THROUGH FULL AND OPEN COMPETITION, and multiple awards MAY be made.  This Sources Sought Notice is issued in accordance with FAR Clause 52.215-3 for planning purposes only.  This notice is issued for the purpose of determining the capability of sources and does not constitute an Invitation for Bid (IFB), a Request for Proposal (RFP), a Request for Quotation (RFQ) or an indication that the Government will contract for any of the items and/or services contained in this notice.  No solicitation document exists.  Any information that the company considers proprietary should be clearly marked.  All information received in response to this notice that is clearly marked Proprietary will be handled accordingly.  Responses may not include classified material.  Responses to this notice will not be returned.  No reimbursement will be made for any costs to provide information in response to this announcement or any follow-up information requests.  Information or statements contained herein are not binding upon the Government.


 


 




Matthew S. Brown, Email matthew.s.brown2@usmc.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP