MCSC PDSS Support Services
ID: M6785424R7603Type: Solicitation
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)
Timeline
    Description

    The Department of Defense, specifically the Marine Corps Systems Command, is seeking proposals for Post Deployment System Support (PDSS) services to enhance logistics operations within the Marine Corps. The procurement aims to secure comprehensive support for the operation, sustainment, maintenance, and integration of logistics systems and software, particularly focusing on the Global Combat Support System-Marine Corps (GCSS-MC). This contract, structured as an Indefinite Delivery/Indefinite Quantity (IDIQ) with a total ceiling of $997,520,000, is critical for modernizing logistics capabilities and ensuring operational readiness. Interested contractors must submit their proposals by August 26, 2024, and can direct inquiries to Phillip Makely at phillip.makely@usmc.mil or by phone at 703-784-2854.

    Point(s) of Contact
    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
    Solicitation
    Similar Opportunities
    Personnel and Pay Integration and Sustainment
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Information Warfare Systems Command (NAVWAR), is seeking proposals for the Personnel and Pay Integration and Sustainment requirement, aimed at maintaining and enhancing the Navy's manpower and personnel systems. This procurement involves the operation, sustainment, and integration of the Navy Standard Integrated Personnel System (NSIPS) with pay capabilities, ensuring compliance with cybersecurity regulations and providing essential support services. The anticipated contract will be an Indefinite Delivery/Indefinite Quantity (ID/IQ) contract with a total ceiling of $338 million, and proposals are expected to be submitted by August 1, 2024, with an award anticipated in March 2025. Interested parties can direct inquiries to Contract Specialist Virginia Boyanton at virginia.s.boyanton.civ@us.navy.mil or by phone at 407-380-4440.
    GHS Software
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Surface Warfare Center Carderock Division (NSWCCD), is seeking to procure GHS software and support on a sole-source basis from Creative Systems. This procurement is essential for the Navy's operations, as the GHS software is critical for simulating marine craft in various fluid conditions, particularly for hydrostatics and stability assessments. The total acquisition is valued at $47 million under NAICS code 513210, with a firm fixed-price purchase order expected to be awarded, and interested parties must submit a capabilities statement by September 11, 2024, to Michael J. Bonaiuto at michael.bonaiuto@navy.mil for further inquiries.
    Operation and Maintenance (O&M) of the Offshore Petroleum Distribution System (OPDS)
    Active
    Dept Of Defense
    The Department of Defense, through the Military Sealift Command (MSC), is seeking contractors for the operation and maintenance (O&M) of the Offshore Petroleum Distribution System (OPDS). This contract involves managing two vessels, the USNS VADM K.R. Wheeler and USNS FAST TEMPO, ensuring they are mission-ready and operable at all times, except during scheduled maintenance. The successful contractor must comply with all relevant laws and regulations, hold a SECRET facility clearance, and employ personnel with similar security clearances, highlighting the critical nature of this service in supporting military operations. The anticipated solicitation issuance date is September 10, 2024, with a closing date of October 11, 2024. Interested parties should direct inquiries to Sean Folaron at sean.r.folaron.civ@us.navy.mil or call 757-341-3343 for further information.
    Marine Corps 250th Birthday Program Support Services
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Marine Corps, is seeking proposals from Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) for the Marine Corps 250th Birthday Program Support Services under solicitation number M00264-24-Q-0058. The contractor will be responsible for providing comprehensive marketing consulting services, including strategic communication, event production, and community engagement, to support various national and regional events leading up to the Marine Corps' anniversary in 2025. This initiative is crucial for enhancing public relations, fostering community outreach, and reinforcing the Marine Corps' legacy, with a budget cap of $5 million for the initial 12-month contract period, which may extend for an additional six months. Interested parties should submit their quotations by 5 PM ET on September 18, 2024, and can direct inquiries to Monica L. Curley at monica.curley@usmc.mil or by phone at 703-781-0081.
    Detachment Mission Package Support Facility, Port Hueneme, CA
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Supply Systems Command (NAVSUP), is seeking proposals from qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) for logistics support services at the Detachment Mission Package Support Facility in Port Hueneme, California. The contract will encompass a range of logistics tasks, including material receipt, verification, inventory management, and maintenance of warehouse cleanliness, all adhering to Navy supply procedures and safety regulations. This procurement is critical for ensuring efficient logistics operations within the military, with a contract duration from September 2024 to September 2029, including options for renewal. Interested parties must submit their proposals by 12:00 PM on September 17, 2024, and are encouraged to contact Patricia Castillo at patricia.castillo26.civ@us.navy.mil or Christine Jordan at christine.jordan@navy.mil for further information.
    FSR Support Services and Repair/Overhaul of R391 Propellers
    Active
    Homeland Security, Department Of
    The Department of Homeland Security's U.S. Coast Guard is seeking proposals for FSR support services and the repair and overhaul of R391 propellers, specifically for the HC-27J and HC-130J aircraft. The procurement aims to ensure operational continuity and safety by contracting GE Aviation Systems LLC, the sole source due to proprietary data restrictions and the critical nature of the services required. This contract, valued at approximately $29.3 million over five years, includes a one-year base period and four option years, with proposals due by September 18, 2024, and all inquiries directed to Dane W. Hobbs at Dane.W.Hobbs@uscg.mil.
    MDA Agile Professional Services Solution (MAPSS)
    Active
    Dept Of Defense
    The Missile Defense Agency (MDA) is developing the MDA Agile Professional Services Solutions (MAPSS), a multi-year initiative to acquire diverse professional services for the Missile Defense System. This follow-on program to the TEAMS Next initiative aims to support MDA's mission objectives and improve its acquisition of advisory and assistance support services. MAPSS focuses on acquiring a wide range of expertise, including engineering, intelligence, cybersecurity, administrative, and public affairs capabilities. The program's key objectives are to retain top talent, streamline requirements, and manage costs effectively. To achieve this, MAPSS will be structured in tranches, with each one focusing on specific capability areas. The first tranche is expected to be awarded in late 2025 and will prioritize quality assurance, mission support, and safety services. MDA plans to leverage existing government contracts and acquisition regulations to streamline the evaluation and award process. The agency also intends to encourage competition and promote small business participation. Industry engagement events and webinars will be held, with attendance limited to manage interest. This opportunity is expected to be substantial, with a projected contract value of around $23 billion. MDA seeks to improve its professional services acquisitions through industry feedback and innovative strategies. Businesses are encouraged to provide input and prepare for the procurement process, with the first requests for proposals expected in the second quarter of 2025. For more information and updates, potential offerors should monitor SAM.gov and attend the industry events. Questions can be directed to the provided contact details.
    OCONUS LOGISTICS SERVICE SUPPORT PUERTO RICO AND VIRGIN ISLANDS
    Active
    General Services Administration
    The General Services Administration (GSA) is soliciting proposals for the OCONUS Logistics Service Support in Puerto Rico and the Virgin Islands under solicitation number 47QSCC24R0020. The procurement aims to establish an Indefinite Delivery/Indefinite Quantity (IDIQ) contract for sourcing, warehousing, and delivering commercial items, including office supplies and hardware, with delivery timelines of 5 business days for Puerto Rico and 7 business days for the Virgin Islands. This contract is crucial for ensuring timely logistics support to federal civilian and Department of Defense (DoD) customers in these regions. Interested contractors should contact Dominic L. Lackey at dominic.lackey@gsa.gov or Valeriya Orlova at Valeriya.Orlova@gsa.gov for further details, with a minimum guaranteed contract value of $20,000 and proposals due following the amendment issued on August 30, 2024.
    USNS COMFORT & MERCY INVENTORY SUPPORT
    Active
    Dept Of Defense
    The Department of Defense, through the Military Sealift Command (MSC), is seeking quotes for inventory support services for the USNS Mercy and USNS Comfort as part of solicitation N3220524Q0276. The contractor will be responsible for conducting a comprehensive inventory of approximately 300 targeted damage control equipment items, ensuring a 98% accuracy rate, and providing monthly status reports along with a final inventory report to comply with financial and audit standards. This procurement is critical for maintaining operational readiness and compliance at naval installations in San Diego, CA, and Norfolk, VA. Proposals are due by July 23, 2024, and interested parties should contact Jamiel Blizzard at jamiel.n.blizzard.civ@us.navy.mil or 757-443-5906 for further details.
    Logistics Support Team FLCSD
    Active
    Dept Of Defense
    The Department of Defense, through the NAVSUP Fleet Logistics Center San Diego, is soliciting proposals for logistics support services under solicitation number N0024424R0043, specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The contract aims to provide comprehensive logistics warehouse support for the Logistics Support Team, including tasks such as material pickup, verification, storage, and issuance, with an emphasis on maintaining operational standards and compliance with federal regulations. This opportunity is critical for ensuring effective logistical operations for naval forces, particularly concerning Littoral Combat Ships and Missile Destroyer Groups. Proposals are due by September 18, 2024, at 12:00 PM, and interested parties should contact Patricia Castillo at patricia.castillo26.civ@us.navy.mil for further information.