MARCENT OAMS IDIQ
ID: M00264-RFI-0014Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYCOMMANDERQUANTICO, VA, 22134, USA

NAICS

All Other Professional, Scientific, and Technical Services (541990)

PSC

SUPPORT- ADMINISTRATIVE: OTHER (R699)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)
Timeline
    Description

    The Department of Defense, specifically the Department of the Navy, is seeking proposals for the Marine Corps Central Command Operational, Analysis, Management Services (OAMS) Indefinite Delivery, Indefinite Quantity (IDIQ) contract. This procurement aims to provide a range of professional, scientific, and technical services to support operational analysis and management functions within the Marine Corps. The opportunity is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), emphasizing the importance of supporting veteran entrepreneurship in government contracting. Interested parties can find additional details and future communications under Reference ID M00264-25-R-0001, and should direct inquiries to Edgar Lopez-Jimenez at edgar.lopezjimenez@usmc.mil or by phone at (703) 784-1927.

    Point(s) of Contact
    Files
    Title
    Posted
    The Performance Work Statement (PWS) outlines the requirements for the United States Marine Corps Forces, Central Command Operations Analysis Management Services (OAMS). The primary aim is to provide professional support services to MARCENT and its subordinate commands, focusing on areas such as manpower, intelligence, operations, logistics, planning, and risk management within both CONUS and OCONUS locations. Key tasks include administrative support to the executive office, operational manpower support, intelligence analysis, logistics planning, and strategic communication services. Contractors must ensure compliance with various security regulations and manage classified information effectively, requiring appropriate security clearances. The document specifies responsibilities, including delivering comprehensive manpower analyses, managing travel orders and support, conducting intelligence collection, and providing technical assistance in security management. Furthermore, it emphasizes the need for proper metrics for performance assessment, coordination of activities with MARCENT personnel, and participation in contract transition periods. Overall, the PWS serves as a structured framework for contractor requirements, focused on enhancing operational efficiency and mission readiness within the Marine Corps in the CENTCOM AOR, while adhering to government protocols and regulations.
    The United States Marine Corps (USMC) is seeking information through a Request for Information (RFI) to identify sources that can provide technical services to support the Marine Corps Forces, Central Command (MARCENT) and its subordinate commands. This RFI is part of market research to refine strategies for a follow-on contract to support Operational, Analytical, and Management Services (OAMS) for MARCENT, headquartered at MacDill Air Force Base, Florida. The anticipated contract, estimated at $200M over ten years, will support various functional areas, including command, logistics, intelligence, and operations. Contractors must possess a Top Secret facility clearance, and the work will be performed at government sites without the need for contractors to store classified materials. Submissions should demonstrate relevant capabilities, previous performance, and address security and small business participation concerns. Responding companies are encouraged to suggest ways to address inflation risk and maximize small business opportunities. The RFI is strictly for informational purposes, and responses must be submitted by June 18, 2024, without any obligation from the government to award contracts based on the responses received. This initiative underscores the USMC's commitment to maintaining capability within a volatile operational environment through effective contractor support.
    Lifecycle
    Title
    Type
    MARCENT OAMS IDIQ
    Currently viewing
    Presolicitation
    Sources Sought
    Similar Opportunities
    M00264-26-RFI-001 Marine Corps Information Maneuver School (MCIMS)
    Dept Of Defense
    The Department of Defense, through the Marine Corps Information Maneuver School (MCIMS), is seeking sources for contract support to provide academic instruction and training in Civil Affairs (CA), Civil-Military Operations (CMO), and Information Operations (IO) planning. The objective is to identify qualified vendors capable of delivering curriculum development and course maintenance for various Military Occupational Specialties (MOS), including the CA MOS Course and CMO Planner, which are critical for preparing Marines for operational effectiveness. The current contract is held by Green Cell Consulting LLC, and the anticipated NAICS code for this opportunity is 611430, with a size standard of $15 million. Interested parties must submit their responses, including a capabilities statement and business details, by December 30, 2025, at 10:00 AM EDT, to Erin Silverthorn at erin.silverthorn@usmc.mil or Christa Eggleston-Scott at christa.eggleston-sc@usmc.mil.
    MCCLL Professional Support Services
    Dept Of Defense
    The Department of Defense, through the Marine Corps Installations National Capital Region-Regional Contracting Office (MCINCR-RCO), is seeking proposals for Professional Support Services for the Marine Corps Center for Lessons Learned (MCCLL) at Quantico, Virginia. This follow-on contract will be a 100% 8(a) small business set-aside and will include a hybrid structure of Firm Fixed-Price (FFP) for services and Cost Reimbursement for travel and other direct costs, with a performance period consisting of a 12-month base and four 12-month option periods. The services are critical for program management, lessons learned support, data analysis, and content management, requiring a SECRET Facility Clearance Level for handling classified information. Proposals are due by December 15, 2025, at 4:00 PM EST, and interested parties can contact Christian Hernandez-Soto at christian.hernandezsoto@usmc.mil or Edgar Lopez-Jimenez at edgar.lopezjimenez@usmc.mil for further information.
    Capacity as A Service (CaaS)
    Dept Of Defense
    The Department of Defense, through the Marine Corps Installations Command (MCICOM), is seeking small business vendors to provide Capacity as a Service (CaaS) to support its Research, Development, Testing, and Evaluation (RDT&E) core infrastructure and data centers. The procurement aims to modernize the Marine Corps' computing, networking, and storage resources, ensuring compatibility with various operating systems and adherence to Department of Defense security requirements. This initiative is crucial for enhancing the operational capabilities of the Marine Corps' laboratory environments and data centers, aligning with the Data Center Optimization Initiative (DCOI). Interested vendors must submit their responses by January 4, 2025, and can direct inquiries to Kevin D. Guertin at kevin.guertin@usmc.mil or Kellie Holley at kellie.holley@usmc.mil.
    Analytical Support Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy's Fleet Readiness Center, is seeking proposals for Analytical Support Services through a Combined Synopsis/Solicitation. The objective of this procurement is to obtain research, analysis, and development services that will enhance the Naval Aviation Enterprise's analytics capabilities, including modeling and dashboard improvements for comprehensive project analysis initiatives. This Total Small Business Set-Aside opportunity falls under NAICS code 541512, with a size standard of $34 million, and is intended to be awarded as a firm fixed-price Single-Award Indefinite Delivery, Indefinite Quantity (IDIQ) contract. Interested vendors should direct their inquiries to Elden Greuber or Kalynn Jackson via email by the specified deadline, and all quotes must reference Solicitation N6852026Q1003.
    Unmanned Maritime Systems (UMS) Support
    Dept Of Defense
    The Department of Defense, specifically the Naval Surface Warfare Center, is soliciting proposals for Unmanned Maritime Systems (UMS) support under the Seaport NxG Multiple Award Contract (MAC), designated as number N6133126R3102. This opportunity is exclusively available to holders of the Seaport MAC and is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC). The UMS support is critical for enhancing naval operations and capabilities, reflecting the increasing reliance on unmanned systems in maritime environments. Interested parties must submit their responses via the PIEE Solicitation Module by January 5, 2025, at 4 PM CST. For further inquiries, contact Melissa Ryan at melissa.m.ryan12.civ@us.navy.mil or Matthew Hammond at matthew.a.hammond4.civ@us.navy.mil.
    IDIQ JOC FOR GENERAL CONSTRUCTION PROJECTS AT GOVERNMENT INSTALLATIONS WITHIN NAVAL FACILITIES ENGINEERING SYSTEMS COMMAND SOUTHWEST THE METROPOLITAN SAN DIEGO (NAVAL BASES SAN DIEGO, POINT LOMA, CORONADO AND MARINE CORPS AIR STATION (MCAS) MIRAMAR, CALIF
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command Southwest, is seeking proposals for an Indefinite Delivery Indefinite Quantity (IDIQ) Job Order Contract (JOC) for general construction projects at various government installations in the San Diego area, including Naval Bases San Diego, Point Loma, Coronado, and Marine Corps Air Station Miramar. This procurement is specifically set aside for Economically Disadvantaged Women-Owned Small Businesses (EDWOSB) and aims to award one contract based on the best value source selection process, focusing on factors such as project management capability, experience, past performance, safety, and price. The contract will have a performance period of 24 months with a potential extension of 36 months, and the estimated maximum value for all contracts combined is $49 million, with task orders ranging from $2,000 to $1 million. Interested contractors should contact Heather Race at heather.l.race.civ@us.navy.mil or (619) 705-4676, and are encouraged to register on the relevant government websites as the solicitation will be available only in electronic format around May 5, 2025.
    Office of Military Commissions (OMC) Case Analysis and Investigative Support
    Dept Of Defense
    The Department of Defense, through the Washington Headquarters Services, is seeking to procure case analysis and investigative support services for the Office of Military Commissions (OMC). The contractor will be responsible for providing all necessary personnel, equipment, and materials to support courtroom and case preparation, ensuring compliance with the standards outlined in the Performance Work Statement (PWS). This procurement is critical for ongoing military commission cases, including high-profile matters such as the 9/11 case and the USS COLE bombing, where the expertise and security clearances of the personnel are essential to avoid delays in national security litigation. The contract, valued at approximately $3.9 million, is a sole-source bridge extension to General Dynamics Information Technology, Inc. (GDIT), with the current contract set to expire on May 10, 2023, and a long-term solution anticipated by November 2023. Interested parties may contact Shacasia King at shacasia.t.king.civ@mail.mil or 571-574-0406 for further information.
    Wounded Warrior Outreach and Resource Support Services-Request for Proposal
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the Wounded Warrior Outreach and Resource Support Services under Request for Proposal (RFP) M0026426R0001. The contractor will be responsible for providing comprehensive outreach and resource support services to approximately 35,000 wounded, ill, and injured Marines, Sailors, veterans, and their families, including program management, call center support, and field service support across various locations. This initiative is crucial for ensuring effective non-medical case management and resource advocacy, emphasizing strict adherence to privacy and confidentiality protocols. Interested parties must submit their proposals by the extended deadline, with inquiries directed to Bradley Hoover at bradley.hoover@usmc.mil or Cynthia Guthridge at cynthia.guthridge@usmc.mil.
    Multiple Award Indefinite Delivery Indefinite Quantity (MA IDIQ) Contracts for Leasing Multi-Functional Devices (MFDs) for Navy Marine Corps Intranet (NMCI)
    Dept Of Defense
    The Defense Logistics Agency (DLA) is seeking qualified sources for Multiple Award Indefinite Delivery Indefinite Quantity (MA IDIQ) contracts to lease Multi-Functional Devices (MFDs) and associated services for the Navy Marine Corps Intranet (NMCI). The procurement aims to provide MFDs, accessories, and office document devices, along with installation, maintenance, training, and network security services for a period of up to 60 months at a flat rate. These devices are crucial for ensuring operational efficiency and compliance with security standards within the Department of the Navy's network. Interested companies must submit a capabilities package by December 22, 2025, and direct any questions by November 14, 2025, to the designated contacts, Matthew O’Brien and Jennifer DeWease, via their provided emails.
    Multiple Services Contract
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command Mid-Atlantic, is seeking qualified small businesses to provide multiple facility support services at Marine Corps Air Station Cherry Point, North Carolina. This sources sought notice aims to identify potential offerors capable of performing a range of maintenance and repair services, including HVAC systems, fire protection systems, and sewage plant operations, among others, under a firm-fixed price/indefinite quantity indefinite delivery (IDIQ) contract structure. Interested small businesses, particularly those classified as 8(a), HUBZone, Service-Disabled Veteran Owned, Women Owned, or Economically Disadvantaged Women Owned, are encouraged to submit a capabilities package by December 16, 2025, at 2:00 PM Eastern Time, to Joanna Miller at joanna.d.miller2.civ@us.navy.mil, with a maximum attachment size of 10Mb.