Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 19, 2013 FBO #4074
SOURCES SOUGHT

U -- Training and Logistical Support Services - Package #1

Notice Date
1/17/2013
 
Notice Type
Sources Sought
 
NAICS
611699 — All Other Miscellaneous Schools and Instruction
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, Naval Special Warfare Group 4, 2220 Schofield Road, Norfolk, Virginia, 23521
 
ZIP Code
23521
 
Solicitation Number
R4825413RC02030
 
Archive Date
2/12/2013
 
Point of Contact
Linda C. Lareau, Phone: 7577634431, Linda C. Lareau, Phone: 7577634431
 
E-Mail Address
linda.lareau@navsoc.socom.mil, linda.lareau@navsoc.socom.mil
(linda.lareau@navsoc.socom.mil, linda.lareau@navsoc.socom.mil)
 
Small Business Set-Aside
N/A
 
Description
Attachedment I Subject to the Federal Acquisition Regulation (FAR) Clause 52.215-3, entitled "Request for Information or Solicitation for Planning Purposes," this announcement constitutes a Sources Sought Notice to determine whether qualified and experienced sources are able to provide training and logistical support services. This is not a solicitation announcement for proposals and no contract will be awarded from this announcement. It is not to be construed in any way as a commitment by the Government, nor will the Government pay for the information submitted in response. This requirement is under the guidelines of the Naval Special Warfare Command (NAVSPECWARCOM) to meet conditions and standards set forth in the Naval Special Warfare Group One (NSWG-1) and the Naval Special Warfare Group Two (NSWG-2) Training Detachment (TRADET) Unit Level Training curriculum in the following Combat Skills: Land Warfare, Assaults, Tactical Ground Mobility, Maritime Operations, and Combat Swimmer. Place of Performance (Site Locations) Contractor personnel in support of NSWG-1 may be required to travel multiple times and for extended periods, from Coronado, CA to (but not limited to) Niland, CA, La Posta, CA, San Clemente Island, CA, Lake Cormorant, MS, and Fallon, NV. Contractor personnel in support of NSWG-2 may be required to travel from Virginia Beach, VA to (but not limited to) FT Knox, KY, FT Chaffee, AK, Key West, FL, NAS Fallon, NV, Hawthorne Army Depot, NV, Walls, MS, Coronado, CA, FT Pickett, VA, FT A. P. Hill, VA, and Louisville, KY. NAICS Code The NAICS Code for this requirement is 611699, All Other Miscellaneous Schools and Instruction, and the Size Standard is $7.0M. Anticipated Contract The proposed contract will be a single award, Indefinite Delivery/Indefinite Quantity (ID/IQ) type contract, with Firm Fixed Price (FFP) provisions. Period of Performance The requirement for training and logistical support services will consist of a one-year base period and option provisions to incorporate four one-year option periods thereafter. Package Submission - No reimbursement will be made for any cost associated with providing information in response to this announcement and any follow-up request. Responses to this Sources Sought request should reference R4825413RC02030 and shall include the following information: 1. Company name, address, POC name, phone number, fax number and email. 2. Contractor and Government Entity (CAGE Code). 3. Size of business - Large Business, Small Business, Small Disadvantage, 8(a), Hubzone, Woman-owned and/or Veteran-owned. 4. If the services can be solicited from a GSA schedule, provide the GSA contract number. 5. Documentation of technical expertise must be presented in sufficient detail for the Government to determine that your company possesses the necessary functional area expertise and experience to compete for this acquisition as specified in the Draft Performance Work Statement (Attachment I). Standard company brochures will not be reviewed. Submissions are not to exceed two (2) standard typewritten pages. All technical questions and inquiries maybe submitted within the response. 6. Also indicate if your company can be a prime contractor for this effort or, if not, whether your company can be a subcontractor. Responses shall be submitted electronically to Matthew Morelewski at matthew.morelewski@navsoc.socom.mil by 28 January 2013. Again, this is not a request for a proposal. Respondents will not be notified of the results. Please note the information within these pre-solicitation sources sought notice may change prior to an official solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/SanDiegoCA/R4825413RC02030/listing.html)
 
Place of Performance
Address: Please see attached draft PWS, United States
 
Record
SN02967704-W 20130119/130117234540-dd77ebb5de191b49942a3e298d9bd446 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.