Search Contract Opportunities

ERS COMS-Systems MATOC Amended RFP 0003   3

ID: M6785420R7828 • Type: Solicitation • Match:  95%
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Do the documents mention an incumbent contractor?
Does this contract have any security clearance requirements?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

Posted: April 5, 2021, 10:40 a.m. EDT

Solicitation Notice - M67854-20-7828

Marine Corps

Equipment Related Services (ERS)

Contractor Operator and Maintenance Services (COMS)-Systems

Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC)

Program Management Training Systems (PM TRASYS) has the requirement to establish an IDIQ ERS COMS-Systems MATOCS. The ERS COMS-Systems IDIQ MATOC will support multiple planned and unplanned procurements. This effort entails sustainment support for all existing and any future USMC training systems that are not exclusively utilized on ranges and not subjected to live fire including, but not limited to: Underwater Egress Trainer (UET); Supporting Arms Virtual Trainer (SAVT); Combat Vehicle Training Systems (CVTS); Combat Convoy Simulator (CCS); Virtual Combat Convoy Trainer/Reconfigurable Virtual Simulator (VCCT/RVS); Indoor Simulated Marksmanship Trainer (ISMT); Operator Driver Simulator (ODS); Improved Moving Target Simulator (IMTS); and the Dry Egress Trainers (DRET). Additional organizations, locations or services may be added, or services may be curtailed or eliminated from existing organizations or locations during the life of this MATOC to best satisfy evolving Marine Corps training and education requirements. This acquisition is necessary to ensure continued currency and accuracy of various training program's curriculum to support training needs to maintain Fleet Marine Forces operational readiness.

In general, equipment to be supported under this MATOC are simulators or simulations systems that use electronic and/or mechanical means to reproduce conditions necessary for an individual, team, unit, or crew to rehearse operational tasks and technical skills in accordance with training objectives. The simulators and simulations systems replicate the functions and environment of actual equipment or systems and consist of training devices, machines, or apparatuses that reproduce operational conditions synthetically.

Request for Proposal release: November 20, 2020

Estimated Award: Early 2nd Quarter FY21.

Ordering Periods: Base period of 60 months, and optional one (1) five -year option or five (5) one-year options.

PLACE OF PERFORMANCE

Locations: Camp Pendleton, CA; Camp Lejeune, NC; Twenty-nine Palms, CA; Camp Upshur, VA; Fort Leonard Wood, MO; Cherry Point, NC; Gulfport, MS; Yuma, AZ; MCB Hawaii; Japan (multiple locations); Many Reserve, Shipboard, MCSF, and SPMAGTF locations worldwide.

PM TRASYS has historically provided this support utilizing small businesses via task orders issued on the Naval SeaPort Next Generation (Nxg) MATOC and other small business set-asides outside the MATOC. It has also obtained recent market research that identifies several small businesses entities capable of supporting the ERS COMS-Systems MATOC effort. This notice also advises all parties that the ERS COMS-Systems requirement will result in the award of with the ERS COMS-Systems MATOC. The first task order, will follow the award of the ERS COMS-Systems MATOC.

As part of this Solicitation, the Marine Corps System Command, PM TRASYS, releases all associated attachments. The contractor should supply questions or comments as stated in the solicitation. There is no page limit for receipt of questions or comments. Received questions or comments will be considered by the Government for basis of amending or modifiing to the subject documents. The Government requests submission of all questions and comments NLT November 27, 2020. The Government will make every attempt to provide responses to all questions and comments NLT December 02, 2020 at 2:00 pm EST. Any questions or comments submitted after November 27, 2020 may not be answered.

If you are a small business interested in being the prime contractor for this effort, please be advised that the FAR 52.219-14 Limitations on Subcontracting clause has changed. Deviation 2019-O0003 Revision 2 is now in effect which includes the definition of Similarly Situated Entity and the 50% calculation for compliance with the clause. Small business primes may now count first tier subcontracted work performed by similarly situated entities as if it were performed by the prime itself. Please read the full text of the clause deviation (52.219-14 Class Deviation 2019-O0003 Revision 2, dated 05/3/19 at

https://www.acq.osd.mil/dpap/policy/policyvault/USA001048-19-DPC.pdf).

ELIGIBILITY

The applicable North American Industry Classification System (NAICS) code for the proposed effort is 811310, Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance with a corresponding small business size standard of $8M. The Product Service Code is L069.

ERS COMS-Systems MATOC Project Management Team intends to award a Small Business Set-aside, IDIQ MATOC with Firm-fixed-price (FFP) and Cost-Reimburement (COST) components to meet projected Operational Maintenance (O&M) requirements. All interested parties may submit a proposal response no later than10:00 am EST, December 07, 2020.

The anticipated Acquisition Strategy is to award ERS COMS Systems MATOC under FAR subpart 19.5, Set-aside for Small Business, utilizing FAR part 15, Contracting by Negotiations competitive source selection procedures. All responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency. The competition will utilize best value tradeoff procedures.

The ERS COMS-S MATOC Post Award Conference (PAC) and associated CDRL requirement referenced in the latest version of the MATOC PWS, will be further defined in TO 0001 and will satisfy the minimum guarantee of $1,500.

Follow-on TOs will be competitively negotiated using formal source selection procedures as outlined in FAR 16.505 under the auspices of the ERS COMS-Systems MATOC. All ERS COMS-Systems MATOC contractors will be provided a fair opportunity to compete pursuant to FAR 16.505, unless a FAR exception in accordance with except see 16.505(a)(4) and (11), and 16.505(b)(2)(ii)(D) applies and is approved by the appropriate authority.

The solicitation and all updates will be made available to interested parties through

https://beta.sam.gov, M6785420R7828- ERS COMS-Systems MATOC. Lead Contract Specialist, Jaime Morrison, email: jaime.morrison@usmc.mil

PLEASE SEE LATEST AMENDMENT 0002 FOR RFP UPDATES. ALSO INCLUDED IS A Q&A'S MATRIX FOR INDUSTRY.

PLEASE SEE LATEST AMENDMENT 0003 FOR RFP UPDATES. ALSO INCLUDED IS A Q&A'S MATRIX FOR INDUSTRY

Posted: April 5, 2021, 10:40 a.m. EDT
Posted: Dec. 3, 2020, 11:41 p.m. EST
Posted: Dec. 2, 2020, 11:59 a.m. EST
Posted: Dec. 1, 2020, 8:56 p.m. EST
Posted: Nov. 24, 2020, 4:16 p.m. EST
Posted: Nov. 20, 2020, 5:15 p.m. EST

Overview

Response Deadline
April 5, 2021, 10:00 p.m. EDT (original: Dec. 7, 2020, 10:00 a.m. EST) Past Due
Posted
Nov. 20, 2020, 5:15 p.m. EST (updated: April 5, 2021, 10:40 a.m. EDT)
Set Aside
Small Business (SBA)
Place of Performance
United States
Source

Current SBA Size Standard
$12.5 Million
Pricing
Fixed Price
Evaluation Criteria
Best Value
Est. Level of Competition
Average
Vehicle Type
Indefinite Delivery Contract
Signs of Shaping
87% of obligations for similar contracts within the Department of the Navy were awarded full & open.
On 11/20/20 Marine Corps issued Solicitation M6785420R7828 for ERS COMS-Systems MATOC Amended RFP 0003 due 4/5/21. The opportunity was issued with a Small Business (SBA) set aside with NAICS 811310 (SBA Size Standard $12.5 Million) and PSC L069.
Primary Contact
Name
Jaime Morrison   Profile
Phone
None

Secondary Contact

Name
Mark A. Muñiz   Profile
Phone
(407) 380-4808

Documents

Posted documents for Solicitation M6785420R7828

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

Opportunity Lifecycle

Procurement notices related to Solicitation M6785420R7828

Award Notifications

Agency published notification of awards for Solicitation M6785420R7828

IDV Awards

Indefinite delivery vehicles awarded through Solicitation M6785420R7828

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Solicitation M6785420R7828

Similar Active Opportunities

Open contract opportunities similar to Solicitation M6785420R7828

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE NAVY > USMC > MARCOR SYSCOM > COMMANDER
FPDS Organization Code
1700-M67854
Source Organization Code
500038568
Last Updated
April 5, 2021
Last Updated By
PI33_DR_IAE_51681
Archive Date
April 20, 2021