Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 20, 2017 FBO #5657
DOCUMENT

U -- Lectures and Training - Attachment

Notice Date
5/18/2017
 
Notice Type
Attachment
 
NAICS
611430 — Professional and Management Development Training
 
Contracting Office
N00189 NAVSUP Fleet Logistics Center Norfolk 1968 Gilbert Street,Suite 600 NORFOLK, VA
 
Solicitation Number
N0018917Q0112
 
Response Due
5/26/2017
 
Archive Date
6/8/2017
 
Point of Contact
Jonathan 757-443-1370
 
Small Business Set-Aside
N/A
 
Description
This announcement constitutes a Sources Sought for information and planning purposes. Naval Supply Center (NAVSUP) Fleet Logistics Center (FLC) Norfolk s intent of this announcement is to identify qualified and experienced sources for a contract vehicle that will provide United States Fleet Forces Command (USFF) onsite Career Transition Seminar as defined in the attached draft Performance Work Statement (PWS). This announcement constitutes a sources sought for written information only. This is not a solicitation announcement for proposals and a contract will not be awarded from of this announcement. This announcement 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. The anticipated North American Industry Classification System (NAICS) Code for this requirement is 611430 Professional and Management Development Training and the Size Standard is $11 million. The government has not yet determined whether an existing strategically sources vehicle will be used to satisfy the requirement. If it is determined to be in the best interest of the Government to utilize Seaport-E, then the applicable NAICS code and size standard will be 541330 Engineering Services and $38.5 million. Respondents should provide their business size in both potential NAICS. Reponses to this Sources Sought request should reference N00189-17-Q-0112 and shall include the following information in this format (Note: A mandatory Rough Order of Magnitude is required as part of the response): 1.Company name, address, point of contact name, phone number, fax number and email address. 2.Contractor and Government Entity (CAGE) Code. 3.If the services can be solicited from a GSA schedule, provide the GSA contract number. 4.If the services can be solicited from SeaPort-E, provide the contract number. 5.Size of business Large business, Small Business, Small Disadvantage, 8(a), Hubzone, Woman-owned and/or Service Disabled Veteran-owned. 6.***An estimated Rough Order of Magnitude (ROM) for the Base Year, option years, and the 6-month Option Period under Federal Acquisition Regulation (FAR) 52.217-8. Please provide your ROM in the following format: Period of PerformanceDateROM (In Dollars) Base Year9/23/2017 - 9/22/2018$ Option Year 19/23/2018 - 9/22/2019$ Option Year 29/23/2019 - 9/22/2020$ Option Year 39/23/2020 - 9/22/2021$ Option Year 49/23/2021 - 9/22/2022$ 6-Month Extension9/23/2022 - 3/22/2023$ Total$ 7.A copy of SAM.GOV active registration. Must reflect Data Universal Numbering System, Commercial and Government Entity, and Reps/Certs. 8.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 5 years. Please also include in past performance information the contract numbers, dollar value, and period of performance for each contract referenced in the response to this sources sought. 9.Include any other supporting documentation. 10.Comments or suggested changes to the Governments NAICS Determination 11.Identify conditions or issues the U.S. Government should consider or may interfere with the intention of this project. 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. Standard company brochures will not be reviewed. Submissions are not to exceed five (5) typewritten pages in no less than 12 font size. Responses should be emailed to Jonathan Fiorille at Jonathan.fiorille@navy.mil by 10:00AM Eastern Standard Time on Thursday MAY 25, 2017. Again, this is not a request for a proposal. Respondents will not be notified of the results. Please note the information within this pre-solicitation synopsis will be updated and/or may change prior to an official synopsis/solicitation, if any is issued. Attachments: Attachment I PWS Draft NOTE: Proprietary information should be clearly marked. The requested information is for planning and market research purposes only and will not be publicly released. Again, this is not a request for a proposal. Please note the information within this Sources Sought Notice will be updated and/or may change prior to an official synopsis/solicitation, if any.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00189/N0018917Q0112/listing.html)
 
Document(s)
Attachment
 
File Name: N0018917Q0112_Transition_Seminar_.PDF (https://www.neco.navy.mil/synopsis_file/N0018917Q0112_Transition_Seminar_.PDF)
Link: https://www.neco.navy.mil/synopsis_file/N0018917Q0112_Transition_Seminar_.PDF

 
File Name: N0018917Q0112_Performance_Work_Statement_Career_Transition_Seminars_30_mar_2017.pdf (https://www.neco.navy.mil/synopsis_file/N0018917Q0112_Performance_Work_Statement_Career_Transition_Seminars_30_mar_2017.pdf)
Link: https://www.neco.navy.mil/synopsis_file/N0018917Q0112_Performance_Work_Statement_Career_Transition_Seminars_30_mar_2017.pdf

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: 5301 Robin Hood Road, Norfolk, Virginia
Zip Code: 23513
 
Record
SN04513921-W 20170520/170518235630-ce0bb38e65db6f7a944e1a1af11b7205 (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  © 1994-2020, Loren Data Corp.