Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 13, 2024 SAM #8264
SOURCES SOUGHT

U -- VIRTUAL WORKPLACE AVIATION MAINTENANCE SIMULATION

Notice Date
7/11/2024 11:34:40 AM
 
Notice Type
Sources Sought
 
NAICS
611430 — Professional and Management Development Training
 
Contracting Office
FLEET READINESS CENTER PATUXENT RIVER MD 20670 USA
 
ZIP Code
20670
 
Solicitation Number
RFPREQ-HJ00000-0376-02
 
Response Due
7/26/2024 12:00:00 PM
 
Archive Date
08/10/2024
 
Point of Contact
Nancy Morris, Jessica McGee
 
E-Mail Address
nancy.t.morris.civ@us.navy.mil, jessica.L.mcgee14.civ@us.navy.mil
(nancy.t.morris.civ@us.navy.mil, jessica.L.mcgee14.civ@us.navy.mil)
 
Description
THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. This RFI is issued solely for information and planning purposes - it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. This is a sources sought market survey. This request for information does not commit the Government to contract for any supply or service whatsoever. Further, the Government is not seeking proposals at this time and will not accept unsolicited proposals. There is no RFP available at this time. Any information submitted by respondents to this RFI is strictly voluntary. Responders are advised that the United States Government will not pay for any information or administrative costs incurred in response to this RFI; all costs associated with responding to this RFI will be solely at the interested party's expense. Not responding to this RFI does not preclude participation in any future RFP, if any is issued. If an RFP is released, it will be synopsized on the SAM.gov website. It is the responsibility of the potential offerors to monitor these sites for additional information pertaining to this requirement. Requirement: COMFRC-Procurement Group has been tasked by the Fleet Readiness Center, Southeast (FRCSE) to procure Virtual Workplace Aviation Maintenance Simulation� training (OEM training developed by Pendaran, Inc) to support the workforce. This training is required in order to provide FRCSE leaders hands-on, reality-based training with a focus on aviation, where participants will learn theory in a classroom and immediately and repeatedly apply it in a factory simulation.� FRCSE requires the contracting support that provides specialized training to assist the command in achieving real maintenance and production-minded operational improvements by enhancing workforce understanding to develop stable and consistent operations, self-directed improvement, and self-stabilization in support of FRCSE�s Aviation MRO & Manufacturing Programs Organization and Operation Development. The Government is seeking Offerors who are capable of providing this training or equivalent. See attached draft Statement of Work (SOW) for full requirement details. RESPONSES Please answer the following questions/provide the following feedback in your response to this RFI: Please identify your company's small business size standard based on the primary NAICS code of 611430. The small business size standard for this NAICS code is $15 million. For more information refer to http://www.sba.gov/content/table-smallbusiness- size-standards. Please identify, if your business is categorized as a small business by the SBA, or any of the following subcategories: Small Business (SB) Concern, 8(a), Small Disadvantaged Business (SDB), Woman-Owned Small Business, Historically Underutilized Business Zone (HUBZone), Veteran-Owned Small Business, or a Service-Disabled Veteran-Owned Small Business. Under the current SB recertification regulations, do you anticipate your company remaining a small business, under the primary NAICS code? If you are a SB please answer questions 2a & b. (a)� What percentage of this requirement do you plan to perform in house (not sub-contract out)? Also indicate (with supporting rationale) if/how your company would be compliant given the restrictions identified in the Defense Authorization Bill 2013, which states that at least 50 percent of the total contract cost will be performed by the small business prime contractor or small business similar situated entities. (b)� If you are a small business, does your company have adequate resources, financial or otherwise, to perform the requirement? Provide confirmation that your company is capable of providing all training requirements as stated in the attached SOW. Interested parties shall respond to questions 1-3 by 03:00 pm on 26 July 2024. All information submitted should support the offeror's capability to provide the items required and shall be furnished at no cost or obligation to the Government. Responses must be in writing and must provide clear and concise documentation indicating an offeror's bona fide capability to provide these items and sent to nancy.t.morris.civ@us.navy.mil. Verbal responses are not acceptable and will not be considered.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/177c96904c1a49969a10c38cab47c6e1/view)
 
Place of Performance
Address: Jacksonville, FL 32212, USA
Zip Code: 32212
Country: USA
 
Record
SN07125758-F 20240713/240711230123 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.