SOLICITATION NOTICE
U -- CIVMAR TRAINING
- Notice Date
- 2/12/2015
- Notice Type
- Presolicitation
- NAICS
- 611519
— Other Technical and Trade Schools
- Contracting Office
- Department of the Navy, Military Sealift Command, MSC DC, 914 Charles Morris Court, SE, Washington Navy Yard, Washington, District of Columbia, 20398-5540, United States
- ZIP Code
- 20398-5540
- Solicitation Number
- N62387-15-R-8000
- Point of Contact
- Terri L Buonfigli, Phone: 7574435954
- E-Mail Address
-
terri.buonfigli@navy.mil
(terri.buonfigli@navy.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Military Sealift Command (MSC) Synopsis •1. Action Code: Presolicitation •2. Date: 12 February 2015 •3. Year: Fiscal Year 2015 •4. Contracting Office Zip Code: 20398-5540 •5. Classification Code: U -- Education & training services •6. Contracting Office Address: 914 Charles Morris Ct. SE, Building 157, Washington Navy Yard, DC, 20398-5540 •7. Subject: CIVMAR Educational and Training Support Services •8. Proposed Solicitation Number: N62387-15-R-8000 •9. Closing Response Date: TBD •10. Contact Point or Contracting Officer: Contracting Officer information is Stefani Nick, Stefani.nick@navy.mil, (202) 685-5962, Contract Specialist information is Terri Buonfigli, terri.buonfigli@navy.mil, (757) 443-5908 •11. Contract Award and Solicitation Number: N62387-15-R-8000 •12. Contract Award Dollar Amount: TBD •13. Contract Line Item Number TBD •14. Contract Award Date: TBD •15. Contractor: TBD •16. Description: Military Sealift Command (MSC) is owner and operator of more than forty civilian-mariner (CIVMAR) manned ships and is responsible for ensuring the operational readiness of its ships throughout their active service period. Each shipboard supply department plays an important role in overall MSC ship operation and provides key services, including supply and configuration management, combat logistics, food and hotel/laundry operations. To a great degree, MSC's ability to successfully execute its mission is dependent on effective and timely training of shipboard and food service personnel. The Contractor shall provide an effective, accessible, responsive and high-quality training program to maintain and increase the professional knowledge and skills of civil-service merchant mariners. The Contractor will provide educational support services for the professional development of up to 700 Civil Service Mariners (CIVMARS) and other merchant mariners, as designated, both afloat and ashore. The Contractor shall provide educational and related services, including course instruction and administration, and curricula design, development, and modification. The Contractor shall provide the personnel, organization, and administrative control necessary to ensure that the services performed meet all requirements specified. The Contractor will provide 88 weeks' worth of instruction and administrative support per contract performance period to teach and administer the Government provided curriculum for supply and food service courses, with an option for up to 10 additional weeks' worth of service per performance period. In addition, the Contractor shall provide personnel and technical support services to analyze the effectiveness of training as evidenced through afloat food service operations via Port Stewards. The Contractor will also assist with site visit, coordination, display and presentation to support the yearly Captain David M. Cook Food Service Award winners from the CIVMAR operated fleet. The Contractor will also be responsible for new curriculum design, development, and/or modification. The Contractor will be required to obtain and provide curriculum materials and will be required to update materials for the presentation of existing courses to ensure classes are up to date and reflect Navy and MSC policies and procedures. The resulting contract will be a competitive firm-fixed-priced contract awarded in accordance with FAR Part 12, "Acquisition of Commercial Items," using the procedures in FAR Part 15, "Contracting by Negotiation." MSC intends to award a contract whose performance period includes one (1) one-year base period and four (4) one-year option periods. The solicitation will be made available through the Federal Business Opportunities (FBO) Websitewhen available. •17. Place of Contract Performance: Norfolk, VA & San Diego, CA. •18. Set-aside Status: The proposed acquisition will be set aside for small business concerns. •19. Rationale for Small Business Strategy (as required by ASN(RDA) Memorandum, Improving Communications During the Market Research Process, dated 2 June 2014): Market Survey from recent procurement was posted to the Federal Business Opportunities (FEDBIZOPPS) Webpage. The market survey included a synopsis of the requirement, and the opportunity to provide a capability statement. After review of the market survey responses and past procurements, MSC determined there is a reasonable expectation to receive offers from two (2) or more small businesses. Therefore this requirement will be set aside for small businesses. MSC's Small Business Office concurs with the determination.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/MSC/MSCHQ/N62387-15-R-8000/listing.html)
- Place of Performance
- Address: NORFOLK,VA & SAN DIEGO, CA, United States
- Record
- SN03642020-W 20150214/150212235824-503e7b33a79951e3e55852f0900e35aa (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 |