Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 05, 2014 FBO #4759
DOCUMENT

U -- PREVENT Course Instruction - Attachment

Notice Date
12/3/2014
 
Notice Type
Attachment
 
NAICS
611710 — Educational Support Services
 
Contracting Office
N00244 NAVSUP Fleet Logistics Center San Diego Regional Contracts Department (Code 200) 3985 Cummings Road Bldg 116 - 3rd Floor San Diego, CA
 
Solicitation Number
N0024415T0017
 
Response Due
12/8/2014
 
Archive Date
12/23/2014
 
Point of Contact
Shannon La Com
 
E-Mail Address
<!--
 
Small Business Set-Aside
N/A
 
Description
NAVSUP FLC San Diego in connection with The Center for Personal and Professional Development (CPPD) is seeking capability statements from potential small business sources (all classifications) and large businesses to provide training services at the Naval Nuclear Power Training Command (NNPTC) in accordance with Department of Defense (DOD), Navy, and local regulations. These services are for the instruction of a 24-hour (3-day) Personal Responsibilities and Values Education and Training (PREVENT) course totaling 3 classes per week for 50 weeks. The primary North American Industry Classification System (NAICS) code for this procurement is 611710 with a size standard of $15.0 Million. The anticipated performance period will span 3 years from the date of award, if all options are exercised. The anticipated award date is January 2015. It is anticipated that the Request for Proposal (RFP) will be posted in December 2014. The resulting Task Order is anticipated to be Firm Fixed Price (FFP). This Sources Sought is for informational purposes only. This is not a request for proposal. It does not constitute a solicitation and shall not be construed as a commitment by the Government. Responses in any form are not offers and the Government is under no obligation to award a contract as a result of this announcement. No funds are available to pay for preparation of responses to this announcement. Any information submitted by respondents to this technical description is strictly voluntary. It is requested all interested concerns respond with a Capability Statement of a maximum of ten (10) pages on 8.5 x 11 in paper, font no smaller than 12 point, demonstrating its ability to perform the services listed in the draft PWS. The results of this Sources Sought will be utilized to determine if small business opportunities exist and also to gauge competitiveness for the upcoming solicitation. See attached draft PWS. All interested businesses shall submit responses via electronic email only to the attention of Shannon La Com, Contracting Specialist, at shannon.lacom@navy.mil. Questions or comments prior to the closing date may be addressed directly to the Contract Specialist. Responses shall be received electronically via email no later than 1600 Pacific on 8 December 2014. Late responses will not be considered. There is no incumbent. The Capability Statement must address, at a minimum, the following: 1. Statement providing Company Name, Company Address, GSA contract number (if applicable), Points of Contact (POC) including name, phone number, fax number, e-mail address and confirmation of current small business status under NAICS code 611710. 2) Prior/current corporate (past performance) experience performing efforts of similar size and scope within the last three years, including contract number, organization supported, indicate either prime or subcontractor for each effort, contract values, hours/dollars incurred to date, Government point of contact with current telephone number and email address and brief description of how the referenced contract relates to the services described herein. 3) The contractor s ability to manage, as a prime contractor, the types and magnitude of all taskings in the PWS. 4) For Small Business concerns, the contractor s technical capability, or potential approach, to achieving technical ability, to perform at least 51% of the price of the Order with its own employees. 5) The contractor s technical approach and capacity, or the potential approach to achieving capacity, to conduct the requirements of the draft PWS. 6) The contractor s proposed Transition Plan explaining its ability to begin performance on the award in January 2015 (if it were the awardee). Incomplete responses will not be considered. Attachments: (1) Draft Performance Work Statement (PWS) (2) Draft PWS Attachments (3) Q and A on Draft PWS
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/200/N0024415T0017/listing.html)
 
Document(s)
Attachment
 
File Name: N0024415T0017_PREVENT14PWSV214Nov14.docx (https://www.neco.navy.mil/synopsis_file/N0024415T0017_PREVENT14PWSV214Nov14.docx)
Link: https://www.neco.navy.mil/synopsis_file/N0024415T0017_PREVENT14PWSV214Nov14.docx

 
File Name: N0024415T0017_PWSAttachments14Nov14.docx (https://www.neco.navy.mil/synopsis_file/N0024415T0017_PWSAttachments14Nov14.docx)
Link: https://www.neco.navy.mil/synopsis_file/N0024415T0017_PWSAttachments14Nov14.docx

 
File Name: N0024415T0017_SourcesSoughtGSAquestions.docx (https://www.neco.navy.mil/synopsis_file/N0024415T0017_SourcesSoughtGSAquestions.docx)
Link: https://www.neco.navy.mil/synopsis_file/N0024415T0017_SourcesSoughtGSAquestions.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN03585729-W 20141205/141203234259-c4180470b554175bff12f5f890a99f5e (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.