MCSC PDSS Support Services - CANCELLATION
ID: M6785424R7603Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYCOMMANDERQUANTICO, VA, 22134-6050, USA

NAICS

Custom Computer Programming Services (541511)

PSC

IT AND TELECOM - BUSINESS APPLICATION/APPLICATION DEVELOPMENT SUPPORT SERVICES (LABOR) (DA01)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Defense, specifically the Department of the Navy, has announced the cancellation of Solicitation #M6785424R7603 for Post Deployment System Support (PDSS) services for the Program Manager Logistics Integrated Information Solutions – Marine Corps (LI2S-MC). The cancellation is due to a latent ambiguity in the solicitation's requirements and changes in government needs, which necessitate a revision to ensure clarity and promote fair competition among potential offerors. A revised solicitation is expected to be issued within the next 120 days, and interested parties are encouraged to monitor SAM.gov for updates. For inquiries regarding this cancellation, please contact Ms. Renée S. Stahl at renee.stahl@usmc.mil.

    Point(s) of Contact
    Renee S. Stahl
    renee.stahl@usmc.mil
    Files
    Title
    Posted
    The document is an amendment to the solicitation for the Post Deployment System Support Services contract, extending the deadline for proposal submissions to July 26, 2024. The amendment outlines specific requirements and guidelines for interested offerors, focusing on submission protocols, evaluation factors, past performance documentation, and a small business participation plan. It emphasizes the need for a comprehensive yet concise proposal showcasing relevant experience and technical capability, highlighting that proposals will not be discussed but are expected to contain the best terms. Offerors are instructed to provide detailed past performance references and complete various worksheets for pricing proposals. The document also includes measures to identify and address potential conflicts of interest among bidders, ensuring fair competition. Ultimately, the amendment aims to clarify the process and timeline for prospective contractors, illustrating the government's intent to facilitate effective and efficient procurement in accordance with established federal regulations.
    The Global Combat Support System-Marine Corps (GCSS-MC) Post Deployment System Support (PDSS) document outlines requirements for contractor support to enhance Marine Corps logistics operations. The primary objective is to deliver services necessary for the operation, sustainment, and maintenance of the GCSS-MC Enterprise. Key elements include system integration, data management, and continuous improvement of logistics processes. Contractors are tasked with comprehensive duties including the operation of multiple environments—Production, Development, and Training—as well as the management of the disaster recovery system. Performance standards align with DoD protocols, utilizing an Agile approach for software development and changes. The contractor must also provide regular reports on hardware, software, and warranty statuses, conduct training, and ensure compliance with cybersecurity measures. The document emphasizes the importance of effective communication and collaboration with government officials and outlines requirements for qualifications and performance metrics for contractor personnel. Overall, the GCSS-MC PDSS document serves as a detailed directive for maintaining operational readiness and enhancing logistical capabilities within the Marine Corps logistics framework.
    This document presents qualifications and labor category specifications for various personnel involved in the Global Combat Support System-Marine Corps (GCSS-MC) Post Deployment System Support (PDSS). It outlines labor categories including Administration, Analysts/Specialists, Engineering/Science, Program Managers, Subject Matter Experts (SMEs), Specialists, and Writers, detailing the required education, experience levels, and roles. Each category is divided into Junior, Journeyman, Senior, and SME levels, with specific years of Department of Defense (DoD) experience and educational prerequisites. The document also includes a master rates chart for fully burdened labor rates associated with different labor categories, highlighting the anticipated pricing for the ten-year ordering period. Additional notes focus on document organization, ensuring accurate tracking of anticipated costs aligned with various task orders. Through its comprehensive structure, this document serves to facilitate successful bidding in government contracts by providing clarity on the required qualifications, responsibilities, and associated rates for personnel within the GCSS-MC framework. The overall objective is to support effective program management and technical expertise in sustaining critical military support systems.
    The Quality Assurance Surveillance Plan (QASP) for the Global Combat Support System – Marine Corps (GCSS-MC) establishes a framework to monitor contractor performance in delivering Post Deployment System Support (PDSS). The QASP outlines systematic methods for evaluating whether contractors meet the predefined performance standards detailed in the Performance Work Statement (PWS). It delineates the roles of the Contracting Officer and the Contracting Officer’s Representative, setting a performance management approach focused on outcomes rather than processes, allowing for flexibility and innovation from the contractor. Key performance indicators include surveillance techniques such as direct observation, inspections, and customer feedback, assessing various criteria including task performance, staffing quality, timeliness, and customer satisfaction. The document defines Acceptable Quality Levels (AQL) and necessitates regular evaluations, including a comprehensive report summarizing performance against objectives. This QASP aims to assure the timely and effective delivery of services, thereby enhancing the operational capabilities of the GCSS-MC. It serves as a critical tool for the Government in ensuring contractor accountability, establishing clear expectations, and fostering continuous improvement throughout the contract period.
    The Marine Corps Systems Command (MCSC) is soliciting proposals from Department of Defense contractors for Post Deployment Systems Support (PDSS) services. These services will support three key logistics portfolios within the Marine Corps, focusing on advanced logistics operations. To aid in the source selection process, a Past Performance Questionnaire (PPQ) has been developed, which requests feedback on contractors’ prior performance from customers. This information is crucial for evaluating the capabilities of potential offerors. The questionnaire includes sections for contractors to detail contract relevance, performance assessment ratings, and comments on various elements like mission requirements, business relations, quality, scheduling, management of key positions, and subcontract management. The document specifies that the responses will be treated as sensitive information and outlines a deadline of August 26, 2024, for submission. Contractors are encouraged to provide narrative support for their ratings and any additional references for further performance evaluation. The overall aim is to identify contractors that can effectively deliver PDSS services across the Marine Corps logistics community.
    The Global Combat Support System-Marine Corps (GCSS-MC) Configuration Management Plan (CMP) presents guidelines for managing changes and configurations within the system. It emphasizes effective control of program activities and technical changes to maintain performance, cost, and schedule objectives. The document defines roles and responsibilities in configuration management (CM), encompassing planning, identification, control, and status accounting of configurations. Key components include procedures for requesting changes, documenting software and hardware configurations, and conducting audits to ensure integrity. The plan aligns with industry standards and military guidelines, ensuring a structured approach for configuration management through defined change processes, including Change Requests (CRs), Engineering Change Proposals (ECPs), and Requests for Variances (RFVs). The document outlines the importance of maintaining accurate technical data and interfacing effectively with various program offices while also detailing the roles of different boards—Configuration Control Board (CCB) and Change Assessment Board (CAB)—in overseeing changes. Overall, the CMP is pivotal for GCSS-MC operations, focusing on systematic management of technical processes to mitigate risks and enhance operational readiness, thereby supporting broader U.S. Department of Defense objectives.
    The GCSS-MC Engineering Change Proposal (ECP) Template Instructions provide comprehensive guidelines for submitting Engineering Change Proposals related to military systems. It emphasizes the necessity for complete information in all designated blocks on the DD Form 1692-1. Critical details include the originator's information, date, justification codes for the change (e.g., compatibility, safety, cost reduction), and the classification of the ECP (Class I or II). The document specifies criteria for change proposals and outlines priorities (emergency, urgent, routine) based on their impact on national security and operational effectiveness. Additionally, it requires detailed summaries of the change's description, need for change, estimated cost impacts, and effects on configurations, performance, and logistical support. The ECP must be signed by authorized personnel and reviewed for approval by the Configuration Control Board (CCB), ensuring all changes align with contractual and operational requirements. This structured approach aims to facilitate effective modifications while maintaining compliance with military standards and enhancing system performance.
    The GCSS-MC Root Cause Analysis (RCA) document addresses a specific system failure or issue that occurred, detailing the incident through systematic evaluation. It begins with a description of the incident, noting its severity and categorization based on related operational issues, such as configuration management, hardware failures, or code bugs. The document identifies impacted parties and systems and outlines methods for data collection, including observations and log analysis. Immediate actions taken to address the issue are recorded, leading to findings that explain the root cause of the incident. The analysis concludes with recommendations and corrective action plans that delineate specific tasks, assigned personnel, and due dates to mitigate future occurrences. The RCA requires reviews and approvals from relevant positions within the Project Management Office (PMO), reinforcing its importance in the operational framework. This document exemplifies a structured approach to incident management within government operations, focusing on accountability and proactive measures in response to system failures. It supports broader objectives associated with federal RFPs and grants by ensuring systems function effectively, ultimately maintaining integrity and reliability in governmental processes.
    The document outlines various change requests (CRs) related to the PROD24 script within government systems, focusing on data correction, logging improvements, and the elimination of existing scripts that exhibit technical debt. Details include specific change requests identifying their submission dates, priorities, severity levels, states, and target environments, alongside descriptions of the errors each script addresses. The majority of these requests involve issues regarding inventory locks, data discrepancies, and performance optimizations that necessitate long-term solutions. Key points emphasize the need for permanent corrective actions to resolve recurring data issues that disrupt workflows and affect data integrity. It describes how the existing scripts are temporary fixes that lead to further complications, thus calling for a structured approach involving coding solutions, documentation, and rigorous testing for broader implications on data management and audit trails. This effort reflects the government’s initiative to enhance efficiency, maintain accurate records, and improve data quality as part of its obligation towards effective resource management and operational transparency.
    The document is an RFP amendment addressing various inquiries regarding a government contract proposal process. Key topics include clarification on the implementation of NIST 800-172 for contractor networks, IPv6 connection requirements, submission processes via PIEE, and the handling of staffing information. It addresses concerns about the Small Business Participation Plan and Subcontracting Plan localization, revisions to proposal formatting rules, and necessary updates to attachment details such as timelines and pricing structures. The government confirms that a title page is permitted without impacting page limits and outlines font size allowances while stressing that all content must adhere to specified formatting. Additionally, the document emphasizes that historical workload data for staffing and operational aspects will not be provided, shifting responsibility to bidders to propose based on their methodologies. This RFP amendment illustrates the government's commitment to ensuring clarity and fairness in the procurement process while maintaining robust participation from small businesses, enhancing compliance, and aligning contract requirements with expected performance metrics.
    The document outlines an Indefinite Delivery Indefinite Quantity (IDIQ) contract for Post Deployment System Support (PDSS) services for the Marine Corps Logistics Integrated Information Solutions (LI2S-MC). The contract aims to provide comprehensive systems support over a five-year period, with potential options for extension. The total ceiling for the contract is set at $997,520,000, with a guaranteed minimum value of $10,000,000 for the contractor. Key responsibilities include delivering services aligned with the Performance Work Statement (PWS), ensuring compliance with quality controls, risk management, and cybersecurity protocols. The contractor must maintain close collaboration with various military offices and provide training, service level management, and technical support for logistics systems. Additionally, contractors are expected to manage personnel, equipment, and direct costs while following strict travel and procurement guidelines. The document emphasizes the importance of adhering to security clearances, including a Secret Facility Clearance for personnel, and mandates the use of specific tools and methodologies for effective contract execution. Overall, this contract represents a strategic investment in enhancing the Marine Corps' logistical capabilities through modernized system support services.
    The document outlines a government solicitation (M6785424R7603) regarding the procurement of Post Deployment System Support (PDSS) services for the Marine Corps Systems Command. The contract is structured as Indefinite Delivery/Indefinite Quantity (IDIQ) with a total ceiling of $997,520,000, spanning five years with an optional five-year extension. Key provisions include a focus on delivering services related to logistics and integrated information systems, emphasizing the contractor's responsibility for providing necessary personnel, services, and equipment. The contract details operational requirements, including the need for Quality Control Programs, compliance with security measures, and adherence to established performance work statements for logistics information systems. The contractor must ensure effective interaction with government personnel and provide support across various task orders. The document further stipulates conditions regarding travel, reimbursement protocols, and contractor responsibilities for identifying and safeguarding government property. This comprehensive approach emphasizes the importance of supporting Marine Corps logistics modernization and accessibility to information while ensuring compliance with regulations and safety protocols throughout the duration of the contract.
    This government document details the amendment of a solicitation regarding a contract for Post Deployment System Support services, specifically for the Marine Corps Systems Command. Key changes include the extension of the offer due date from July 3, 2024, to July 15, 2024, and the addition of a new DFARS clause concerning the safeguarding of covered defense information and cyber incident reporting. The amendment outlines the requirements for offerors, emphasizing the importance of demonstrating relevant experience and past performance in similar contracts. The solicitation outlines a two-step evaluation process: Step One assesses the viability of offerors based on their experience, while Step Two evaluates the best value proposal through technical approach, past performance, pricing, and small business participation plans. Offerors must provide comprehensive responses within strict page limits and formatting guidelines. In addition, submissions for past performance references are mandatorily included. The document underscores the government's commitment to ensuring that submitted proposals adhere to requirements while fostering competition and transparency in awarding contracts. Overall, it serves to clarify existing stipulations and guide potential contractors in their proposal preparations.
    The document outlines a Request for Proposal (RFP) for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract providing Post Deployment System Support (PDSS) services to the Marine Corps Logistics Integrated Information Solutions program. The contract has a total ceiling value of $997,520,000, and the minimum guaranteed amount for the contractor is set at $10,000,000. The service period spans five years, with a potential five-year extension. The contractor is responsible for a variety of tasks including program management, systems administration, cybersecurity, training, and cloud migration. The performance work statement (PWS) emphasizes that the contractor will not be supervised directly but must provide comprehensive support related to logistics modernization efforts, particularly for the Global Combat Support System-Marine Corps (GCSS-MC). The contractor must ensure compliance with security requirements, quality control programs, and effective communication through assigned government representatives. The RFP also details guidelines for contractor travel and direct costs, requiring advance approval for expenses. Overall, this document sets forth the parameters for a pivotal contract that is essential for enhancing the Marine Corps' operational logistics capabilities, aligning with the Department of Defense's objectives for efficiency and modernization.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Unmanned Maritime Systems Support (UMSS)
    Buyer not available
    The Department of Defense, through the Naval Information Warfare Center (NIWC) Pacific, is soliciting proposals for Unmanned Maritime Systems Support (UMSS) under Request for Proposal (RFP) No. N6600126R0018. The procurement aims to provide comprehensive services including design, fabrication, integration, testing, and maintenance of unmanned maritime systems that support various U.S. Navy missions, such as explosive ordnance disposal and anti-submarine warfare. This contract is crucial for advancing the Navy's capabilities in both current and future maritime operations, with an anticipated award of multiple indefinite-delivery, indefinite quantity (IDIQ) contracts over an eight-year period. Interested firms should note that the RFP response deadline is extended to December 11, 2025, and for inquiries, contact Paige Miller at paige.r.miller5.civ@us.navy.mil or call 619-553-4386.
    Cancellation of W58RGZ-26-R-0007
    Buyer not available
    The Department of Defense, specifically the Department of the Army, has issued a special notice regarding the cancellation of the procurement opportunity titled W58RGZ-26-R-0007. This opportunity was related to the manufacturing of helicopter rotor blades, drive mechanisms, and components, classified under the NAICS code 336413. The cancellation indicates that there will be no further requirements or solicitations for this specific procurement. For any inquiries, interested parties may contact Aysia Young at ayisia.l.young.civ@army.mil or by phone at 520-851-9942, or Edward A. Peterson at edward.a.peterson4.civ@army.mil or by phone at 256-313-8529.
    Ship Self-Defense System (SSDS) Sustainment / Production Hardware
    Buyer not available
    The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is seeking industry input for the procurement of Ship Self-Defense System (SSDS) Sustainment and Production Hardware. This initiative aims to address Diminishing Manufacturing Sources and Material Shortages (DMSMS), obsolescence solutions, and the sustainment of critical hardware components such as Maintenance Assist Modules (MAMs) and Portable Maintenance Aid (PMA) Laptops for U.S. Navy vessels. The SSDS program is vital for ensuring the operational readiness and environmental compliance of Navy surface ships, particularly amphibious ships and aircraft carriers. Interested contractors must submit their responses by January 19, 2026, and are encouraged to contact Frederick Mitchell at frederick.m.mitchell.civ@us.navy.mil for further details, while adhering to the requirements outlined in the draft Statement of Work and associated documents.
    Multi-Antigen Diagnostic Tests Cancellation
    Buyer not available
    The Department of Health and Human Services, specifically the Office of Assistant Secretary for Preparedness and Response, has issued a Special Notice regarding the cancellation of the Combined Synopsis/Solicitation Notice ID 75A50424R00006 for Multi-Antigen Diagnostic Tests. This cancellation indicates that the procurement for these in-vitro diagnostic substances, which are critical for various health assessments, will no longer proceed as initially planned. The opportunity was set aside for small businesses under the SBA guidelines, emphasizing the government's commitment to supporting small enterprises in the healthcare sector. For further inquiries, interested parties can contact Rachelle Colon-Serna at rachelle.colon-serna@hhs.gov.
    SEAL,LIP 2ND
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the manufacture of the SEAL, LIP 2ND, under a fixed-price contract. This procurement is crucial for maintaining operational readiness and involves the production of specialized components that adhere to stringent military specifications and standards. The contract includes requirements for quality assurance, inspection, and compliance with various military standards, ensuring that all delivered items meet the necessary criteria for functionality and reliability. Interested vendors should contact Joshua D. Martin at 717-605-4356 or via email at JOSHUA.D.MARTIN76.CIV@US.NAVY.MIL, with the RFQ closing date extended until COB on January 5, 2026.
    CDS Sustainment FY32-37
    Buyer not available
    The Department of Defense, specifically the Naval Air Systems Command, intends to solicit and negotiate a sole-source contract with Lockheed Martin Aeronautics Company for the CDS Sustainment effort from FY32 to FY37. This contract will provide integrated sustainment support for the Joint Reprogramming Enterprise (JRE), which includes maintaining mission equipment, software tools, and support personnel across various reprogramming labs for the U.S. Air Force, Navy, Marine Corps, and international partners. The work is critical for ensuring the operational readiness and effectiveness of the F-35 aircraft, with the contract expected to span five years, commencing in 2032. Interested parties may submit capability statements or proposals within 15 days of this notice, and inquiries can be directed to Austin Simoni at austin.simoni@jsf.mil or by phone at 757-803-4648.
    DSI WORKBENCH SOFTWARE MAINTENENCE
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NSWC Crane, is seeking to maintain the DSI Workbench software under a non-competitive contract. This procurement is aimed at ensuring the continued functionality and support of the software, which is critical for business application and application development within the IT and telecom sectors. The Justification and Approval (J&A) posting indicates the importance of this software maintenance for operational efficiency. Interested parties can reach out to Adam Mitchell at adam.d.mitchell14.civ@us.navy.mil for further details regarding this opportunity.
    Strategic Distribution and Disposition SDD
    Buyer not available
    Solicitation notice: DEPT OF DEFENSE is seeking Strategic Distribution and Disposition (SDD) services. SDD is a critical capability in the DLA Strategic Plan 2021-2026 and supports the Digital Business Transformation (DBX) initiative. The 5G Smart-warehouse project aims to enhance DLA business processes using emerging technologies and innovative practices. The project seeks to replace unsustainable and inefficient legacy technologies with state-of-the-art solutions that address cybersecurity concerns. Interested vendors with expertise in DLA business processes are encouraged to apply. The mission will be accomplished through focused awards lasting three to 24 months. For more information, refer to the attached BAA. Amendments have been made to the BAA, including the removal of the initial closing date and the inclusion of Intellectual Property and Data Rights Clauses.
    Landing Craft, Air Cushion (LCAC) Extended Service Life Extension Program (E-SLEP) Availabilities Including Option Year Quantities
    Buyer not available
    The Department of Defense, through the Naval Sea Systems Command (NAVSEA), intends to award a sole source contract to Walashek Industrial and Marine, Inc. for the completion of up to seven Landing Craft, Air Cushion (LCAC) Extended Service Life Extension Program (E-SLEP) availabilities, including option year quantities. This Firm-Fixed Price contract will encompass necessary material and labor to address emergent issues identified during pre-overhaul tests and inspections, ensuring the crafts are returned to the Fleet in a fully mission-capable status. The LCACs are critical for amphibious operations, and this contract aims to extend their service life beyond previous modernization efforts. Interested parties may submit capability statements to Ryan Ksanznak at ryan.m.ksanznak.civ@us.navy.mil and Megan Johnson at megan.e.johnson90.civ@us.navy.mil within 15 days of this notice, although the government does not guarantee a response or reimbursement for submissions.
    N6449822D4005 - Ordering Period & Period of Performance Extension.
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Philadelphia Division (NSWCPD), is extending the ordering period for contract N6449822D4005, originally awarded to L3 Technologies, Inc. This contract encompasses the provision of Design Agent Engineering and Services for various ship class Steering Control and Navigation Control Systems and Machinery Control Systems, essential for maintaining the operational capabilities of the U.S. Navy's fleet. The modification will extend the ordering period by approximately 36 months, allowing for continued execution of ongoing services without increasing the contract's value. Interested parties may contact Melissa Ford at melissa.e.ford3.civ@us.navy.mil or Matthew D. Parlett at matthew.d.parlett.civ@us.navy.mil for further details.