PM AAA New Equipment Training
NOTE: THIS IS NOT A SOLICITATION FOR PROPOSALS. THIS IS A SOURCES SOUGHT NOTICE ONLY. This sources sought notice is for planning and informational purposes only and shall NOT be considered as a Reques... NOTE: THIS IS NOT A SOLICITATION FOR PROPOSALS. THIS IS A SOURCES SOUGHT NOTICE ONLY. This sources sought notice is for planning and informational purposes only and shall NOT be considered as a Request for Proposal (RFP) or as an obligation on the part of the Government to acquire any products or services. The Government will NOT be responsible for any costs incurred in responding to this notice or furnishing the requested information. No entitlement to payment of direct or indirect costs or charges by the Government will arise as a result of a Contractor’s submission of responses to this Sources Sought Notice or the Government's use of such information. The Government reserves the right to reject, in whole or in part, any Contractor's input resulting from this notice. No contract will be awarded as a result of this announcement. Pursuant to Federal Acquisition Regulation (FAR) 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. 1. Purpose The United States Marine Corps (USMC) Program Executive Officer Land Systems (PEO LS) is conducting market research in accordance with FAR Part 10, to determine the availability of qualified, experienced, and interested potential SMALL BUSINESS vendors, as defined in FAR Part 19 to provide support for New Equipment Training (NET) for Program Manager Advanced Amphibious Assault (PM AAA). PM AAA is responsible for the development, production, fielding, and sustainment of Amphibious Combat Vehicle (ACVs) and the conduct of NET as part of the Total Fielding Process. PM AAA is seeking interested sources capable of providing NET support for the ACV Family of Vehicles (FOVs) with the primary focus on support tasks related to courseware assessment, development, and presentation of training material to Marines, Contractors and Civilians across the Fleet Marine Force and supporting institutions being fielded ACV Family of Vehicles. The anticipated duration of the business arrangement will consist of a 12-month, base period and an additional four (4), 12-month option periods (all options may or may not be exercised), beginning in February 2026. The geographic location of this work will be based at Camp Pendleton, CA.; however, the Government may require up to 50% OCONUS and CONUS travel in order to support the NET requirement across the Fleet Marine Force. 2. Requirement The Government requires a Contractor who can support the PM AAA Program with an efficient mix of contractor support personnel, utilizing an effective combination of skill and experience. The Government requires a Contractor who can provide an adaptable, flexible team structure that is best suited to accomplishing both planned and emergent tasks. Government emphasis is on a Contractor organization structure that maximizes productivity, efficiency, and accountability. The successful Contractor will be required to execute a scope of work that provides for a high quality, timely, and well-integrated support service team with Full Time Equivalents (FTEs) (including options for additional surge tasks), with the proper labor category mix consisting of: Training Manager, Curriculum Manager, Logistics Analyst, Vehicle Operator Instructors, Vehicle Maintenance Instructors, Vehicle Communication Data/Network Maintenance Instructor, Vehicle Communication Electronics Maintenance Instructor, and Vehicle Communication Systems Operator Instructor. The ACV NET related requirements shall include, but not be limited to: Providing NET support services; Providing training for ACV Operation and Maintenance, Communications Operations, Communication Maintenance, and Communication Data with all training matters associated with the ACV FOVs; Participating in ACV Government Manpower, Personnel, and Training Integrated Product Team (IPT) meetings; Attending various meetings to facilitate information gathering for Government Program Management; Traveling to Contractor sites, Government facilities, field activities, test facilities and ranges as well as, laboratories to gather information, conduct fact finding, and monitor completion of Government assigned action items; Conducting new equipment and sustainment training for the ACV FOVs; Instructing personnel on ACV FOVs communication, data, and maintenance, and repair; Conducting failure analysis and providing recommendations from component to system level failures on the ACV FOVs; Conducting ACV curriculum development and management; Providing ACV expertise in the areas of operations, maintenance, and training; and, Coordinating all program communications and equipment issues. The Government anticipates that the work to be performed under this contract will involve access to sensitive and unclassified information. Submission Instructions and Format Interested vendors are invited to respond to this notice by providing the following information: Company name and address of applicant/company (Corporate/Principal Office), email, telephone number, fax number, and point(s) of contact; SeaPort-NxG Contract Number, if company has one; Commercial and Government Entity (CAGE) Code and Data Universal Numbering System (DUNS) Number; Business size standard (large, small, veteran-owned, service-disabled veteran-owned, women-owned, etc.); Relevant past performance with supporting Department of Defense and/or Department of Navy acquisition program management offices (please identify the North American Industry Classification System [NAICS] code the work was performed under, and the contract type [e.g., Firm-Fixed Price, Cost-Plus-Fixed-Fee, Time and Materials] used by the customer to acquire the cited work), and Identify any unique requirements to perform the described work for PM AAA (e.g. on-site and off-site requirements, financing terms, and special equipment). 3. Responses Vendors possessing the requisite skills, resources, and capabilities necessary to perform the stated requirements are invited to respond to this notice via submission of an executive summary of no more than five pages in length on 8 ½ x 11 in paper, using 12-point font describing product summary, complete technical support capabilities, and training and support capability. All responses must include the information cited in Paragraph 2 and be addressed to the POCs listed in Paragraph 4. Please be advised that any proprietary information must be marked as such on a page-by-page basis. The Government will not assume that any of the information provided by a respondent is proprietary, unless it is conspicuously marked on each page containing proprietary information. Moreover, the Government does not assume any duty to contact a respondent and inquire whether any unmarked information submitted in response to this notice is proprietary. DO NOT submit proposals at this time. The Government is only seeking sources/information for market research to determine the availability of industry capabilities in the described areas. Availability of any formal solicitation will be announced separately. Submittals will not be returned to the sender. Responses to this notice shall be submitted via email to the Contract Specialist, Ms. Tianna Brown, at tianna.brown@usmc.mil, and the Contracting Officer, Ms. Shanna Laging, at shanna.laging@usmc.mil no later than 1200 local time, Quantico, VA, on Wednesday, 18 September 2024. The subject line of the email shall read as follows: “M67854-24-I-0148 PM AAA New Equipment Training Support Contract” Telephonic inquires or replies will not be entertained. 4. Questions Questions or comments regarding this notice may be addressed to the Contract Specialist, Ms. Tianna Brown, at tianna.brown@usmc.mil, and the Contracting Officer, Mrs. Shanna Laging, at shanna.laging@usmc.mil via email. The Government requests all questions and comments be emailed to the Contract Specialist with a copy to the Contracting Officer no later than 1400 local time, Quantico, VA, on Monday, 26 August 2024. The subject line of the email shall read as follows: “M67854-24-I-0148 PM AAA NET Support Contract Questions”
Data sourced from SAM.gov.
View Official Posting »