SOLICITATION NOTICE
U -- PHNSY & IMF Apprentice Program Education Services
- Notice Date
- 11/9/2018
- Notice Type
- Presolicitation
- NAICS
- 611210
— Junior Colleges
- Contracting Office
- Department of the Navy, Naval Sea Systems Command, Pearl Harbor Naval Shipyard (PHNSY) and IMF, 667 Safeguard St, STE 500, Code 400, Pearl Harbor, Hawaii, 96860-5023, United States
- ZIP Code
- 96860-5023
- Solicitation Number
- N32253-19-R-0006
- Archive Date
- 1/1/2019
- Point of Contact
- Zapporaa D. Hale, Phone: 8084738000, Jacqueline Marie McGlone, Phone: 80847380005822
- E-Mail Address
-
zapporaa.hale@navy.mil, jacqueline.mcglone@navy.mil
(zapporaa.hale@navy.mil, jacqueline.mcglone@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- Synopsis of Proposed Contract Action - Release of Solicitation (N32253-19-R-0006) This is not a solicitation or invitation for offerors to submit proposals. The Pearl Harbor Naval Shipyard and Intermediate Maintenance Facility (PHNSY & IMF) plans to release a solicitation, on or around 13 Nov 18, for an accredited educational institution to provide the formalized training and degree program for the PHNSY &IMF Apprentice Program. The Apprentice Program is a planned and progressive, career-related, cooperative education employment program that enhances and develops an apprentice's knowledge, skills, and abilities (KSAs). The contractor institution shall provide a curriculum that develops competencies in the following core subjects: English (technical writing, reading comprehension, and verbal skills); Math (algebra, geometry, and trigonometry); Physics and/or Science (fluids, electrical, mechanical, and thermal); and Plan Reading and Drafting; Interpersonal Skills (communication, team skills, conflict management and planning). General studies curriculum should be equivalent to 24 hours of academic credit. A Lowest Price Technically Acceptable (LPTA) process will be used for this source selection IAW FAR 15.101-2 and FAR 15.3, as supplemented by DFARS and NMCARS. The Government will select the proposal with the lowest evaluated price from among those meeting the acceptability standards for non-price factors. A contract may be awarded to the offeror who is deemed responsible in IAW FAR 9.1, as supplemented, whose proposal conforms to the solicitation's requirements, and is judged, based on the evaluation factors, to represent the lowest price technically acceptable proposal. The offeror must be registered in the System for Award Management (SAM) database before an award can be made to them. The planned period of performance is as follows: Base Period (01 Jan 19 - 31 Dec 19) Option Period 1 (01 Jan 20 - 31 Dec 20) Option Period 2 (01 Jan 21 - 31 Dec 21) Option Period 3 (01 Jan 22 - 31 Dec 22) Option Period 4 (01 Jan 23 - 31 Dec 23) Please note that all dates listed in this synopsis are tentative and are subject to change. Contracting Office Address: PHNSY & IMF Contracting Office 667 Safeguard St. JBPHH, HI 96860
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N47456/N32253-19-R-0006/listing.html)
- Place of Performance
- Address: Hawaii, United States
- Record
- SN05148540-W 20181111/181109230350-e4affeb78b9c1c08841270a667c16708 (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 |