Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 05, 2019 FBO #6342
SOURCES SOUGHT

U -- Turnkey Live-Fire Fire Fighting and Damage Control Training

Notice Date
4/3/2019
 
Notice Type
Synopsis
 
NAICS
611519 — Other Technical and Trade Schools
 
Contracting Office
N61340 Naval Air Warfare Center Training Systems Division 12211 Science Drive Orlando, FL
 
ZIP Code
32826
 
Solicitation Number
N6134019R0090
 
Response Due
4/18/2019
 
Archive Date
7/18/2019
 
Point of Contact
407-380-4731
 
Small Business Set-Aside
N/A
 
Description
The Naval Air Warfare Center Training Systems Division (NAWCTSD) has a requirement to provide turnkey live-fire Fire Fighting and Damage Control Training courses(s) to Navy and Coastguard personnel stationed in the Pacific Northwest (PACNORWEST) Fleet Concentration Area (FCA), in the Seattle, WA area. The requirement has an anticipated five years (60 month) performance period. The anticipated contract is for a Firm-Fixed Price, single award Indefinite Delivery/Indefinite Quantity. Responses to this notice will be used to determine if this procurement is appropriate for Small Business set aside or set aside within one of the eligible socio-economic categories of Small Business. The NAICS code is 611519, with a size standard of $15.0 Million. In your response, please provide the following information: 1. Information about your firm: a. Name and address of the firm b. Cage Code c. Size of business as it relates to the $15M revenue size standard, and any applicable small business socio-economic classification d. Name of a primary POC for the response, including title and telephone number 2. Information about capabilities: a. Describe your company s capability as it relates to the SOW. Please demonstrate that your company has the necessary organization, accounting and operational controls, adequate financial resources, technical skills and equipment to complete this requirement. Also, self certify that your Fire Fighting Facility meets all Federal, State and local laws, codes and safety requirements as it pertains to conducting Fire Fighting Training services. b. Describe your company s experience in performing efforts of the same scope and magnitude. If you are a small business interested in being the prime contractor for this effort, please be advised that the FAR 52.219-14 Limitations on Subcontracting clause has changed. Deviation 2019-O0003 is now in effect which adds the definition of Similarly Situated Entity and changes the 50% calculation for compliance with the clause. Small business primes may now count first tier subcontracted work performed by similarly situated entities as if it were performed by the prime itself. Please read the full text of the clause deviation (52.219-14 Class Deviation 2019-O0003 dates 12/3/18 at http://farsite.hill.af.mil/vmfara.htm ). To assist in our market research and determination of any applicable small business set-aside for this effort, if you are a small business interested in priming this effort and plan to utilize similarly situated entities to meet the Limitations on Subcontracting, please identify the name and CAGE Code of the specific firm(s) you intend to partner/subcontract with to meet the requirements as well as their SB size status under the NAICS that you as the prime would assign for their workshare. Information regarding any planned similarly situated entity should be included in answering any questions outlined in the SSN in order to assist the Government s capability determination. The Statement of Work (SOW) is hereby attached to this Sources Sought Notice as a reference. No final solicitation documents are available or issued at this time. The Solicitation N61340-19-R-0090 is anticipated to be released in the beginning of May 2019. THIS REQUIREMENT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSALS. THIS DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORMAT ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS IS STRICTLY VOLUNTARY. THOSE FIRMS THAT DO NOT PROVIDE INFORMATION WILL NOT AUTOMATICALLY BE EXCLUDED FROM COMPETING ONCE THE OFFICIAL RFP IS RELEASED. Responses shall be limited to 10 pages and are due on 18 April 2018 at 1700 EST. Questions concerning this requirement and responses to this SSN should be directed to the Contract Specialist, Virginia Maul, via email virginia.maul@navy.mil. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (03-APR-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/DON/NAVAIR/N61339/N6134019R0090/listing.html)
 
Record
SN05269449-F 20190405/190403230028 (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.