Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 07, 2016 FBO #5249
DOCUMENT

U -- Post-secondary academic and educational services related to aeronautical science undergraduate and graduate degree programs. - Attachment

Notice Date
4/5/2016
 
Notice Type
Attachment
 
NAICS
611710 — Educational Support Services
 
Contracting Office
N00189 NAVSUP Fleet Logistics Center Norfolk Philadelphia Office 700 Robbins Avenue, Building 2B Philadelphia, PA
 
Solicitation Number
N0018916RZ047
 
Response Due
4/21/2016
 
Archive Date
5/6/2016
 
Point of Contact
Michael Placido
 
Small Business Set-Aside
N/A
 
Description
The NAVSUP Fleet Logistics Center Norfolk, Contracting Department, Philadelphia Office announces a Request for Information (RFI) to identify the availability of potential prime sources capable of providing academic and educational services to include a range of undergraduate and graduate degree programs in aeronautical science. These academic programs shall be delivered by distance learning methods and through face-to-face instruction at Outside the Continental United States (OCONUS) Army Education Centers, Air Force Education Centers, and Navy College Offices throughout the CENTCOM/AFRICOM AORs including contingency areas. A minimum of 25 percent of courses offered under these undergraduate and graduate level aeronautical science programs must be taught on-site via face-to-face delivery (100% of program core courses). Foreign countries where these academic and educational support services have historically been provided include Afghanistan, Bahrain, Djibouti, Egypt(Sinai), Jordan, Kuwait, Qatar, Saudi Arabia, and The United Arab Emirates. However these locations are subject to change and are not necessarily the only locations that will require support throughout the period of performance of a subsequent requirements contract. All required programs/courses must be taught by a post-secondary academic institution regionally accredited for face-to-face undergraduate courses and regionally or nationally accredited for distance learning courses. The academic institution providing the required academic and education support services must possess the following credentials: a) recognized by the U.S. Department of Education as an accredited post-secondary institution; b) accredited for both face-to-face and distance learning course delivery; c) member of ServiceMembers Opportunity Colleges (SOC); d) must be a Letter of Intent (LOI) school with the Armys GoArmyEd program; and, e) possess a fully executed Department of Defense (DoD) Voluntary Education Partnership Memorandum of Understanding (MOU). Per Department of Defense (DoD) Instruction 1322.25, Voluntary Education Programs, all institutions providing postsecondary education programs through the DoD Tuition Assistance (TA) Program must agree to the new DoD Voluntary Education Partnership Memorandum of Understanding and have a signed copy on-file with DoD prior to Service members receiving TA approval to attend their institution. A Firm Fixed Price, Indefinite-Delivery Requirements contract consisting of a base year plus four option year ordering periods is anticipated. The North American Industrial Classification System (NAICS) code for this acquisition is 611710. Firms possessing the requisite skills, resources and capabilities necessary to perform the stated requirement as a prime contractor are invited to respond to this notice via the submission of an executive summary. Submissions are not to exceed three (3) typewritten pages in no less than 12 font size. In addition to the executive summary, industry feedback to the draft performance based work statement is requested “ all comments/ideas will be considered, although any questions/comments/ideas will not be responded to directly. The goal of such feedback is to determine if a) a small business would be able to perform as a prime contractor, or b) any other sources other than the incumbent would be able to perform as a prime contractor. The submission should include the following information and reference N00189-16-R-Z047: 1. Company name, address, and point of contact with corresponding phone number and e-mail address 2. DUNS number, Cage Code, business size and classification 3. Capability statement displaying the contractor ™s ability to provide the services to include past performance information. If past performance information is provided, please include only relevant past performance on the same/similar work within the last five (5) years. This relevant past performance information should identify the applicable contract number; total contract dollar amount; capacity performed (Prime or Sub); contract period of performance; description of the relevant services provided AND the relevancy of the services to the proposed academic services and educational support requirement; and a customer point of contact with corresponding telephone number and e-mail address (up to two references). Relevant past performance is past performance of the same or similar scope and magnitude to the described requirement. Standard brochures and/or paraphrasing of the RFI will not be considered sufficient to demonstrate the capabilities of an interested party. All submissions are required to be submitted via e-mail to michael.placido@navy.mil no later than 12:00 Noon (local time/Philadelphia, PA) on 21 April 2016. Please direct any questions concerning this Request For Information to Mr. Michael Placido at michael.placido@navy.mil This announcement constitutes a Request For Information for planning purposes only and is not to be construed in any way as a commitment by the Government. This is not a solicitation announcement for proposals and a contract will not be awarded from this announcement, nor will the Government pay for the information received in response to this announcement. Respondents will not be notified of the results. Please note the information contained within this RFI will be updated and/or may change prior to issuance of an official solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/FISCDETPHILA/N0018916RZ047/listing.html)
 
Document(s)
Attachment
 
File Name: N0018916RZ047_RFI_N0018916RZ047_PWS.pdf (https://www.neco.navy.mil/synopsis_file/N0018916RZ047_RFI_N0018916RZ047_PWS.pdf)
Link: https://www.neco.navy.mil/synopsis_file/N0018916RZ047_RFI_N0018916RZ047_PWS.pdf

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04073509-W 20160407/160405234912-c0d838259cce13aaa2a9d4fee4cbac8c (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.