Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 06, 2026 SAM #8838
SOLICITATION NOTICE

U -- Sexual Assault Prevention Training services for Surface Warfare Engineering School Command, (SWESC) Great Lakes (GL)

Notice Date
2/4/2026 5:58:50 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611430 — Professional and Management Development Training
 
Contracting Office
NAVSUP FLT LOG CTR NORFOLK NORFOLK VA 23511-3392 USA
 
ZIP Code
23511-3392
 
Solicitation Number
N0018925QZ320
 
Response Due
2/10/2026 9:00:00 AM
 
Archive Date
04/10/2026
 
Point of Contact
Elene Chappelle
 
E-Mail Address
elene.y.chappelle.civ@us.navy.mil
(elene.y.chappelle.civ@us.navy.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures for Certain Commercial Items found at FAR Part 13.5, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation. This combined synopsis/solicitation SHALL be posted on both Contract Opportunities (https://sam.gov/) and NECO (https://www.neco.navy.mil/). This is a Request for Quotation (RFQ). The solicitation number is N0018925QZ320. The proposed contract action is for commercial SERVICES. The NAICS code is 611430 and the Small Business Standard is $15.0 Million. This solicitation documents and incorporates provisions and clauses in effect through Publication of FAC 2025-06 and DFARS Publication Notice 20251110. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: https://www.acquisition.gov/browse/index/far https://www.acquisition.gov/dfars The Naval Supply Systems Command (NAVSUP) Fleet Logistics Center (FLC) Norfolk Pentagon Directorate intends to solicit open market contractors on the basis of a competitive, 100% small business set aside. The instant requirement is for Sexual Assault Prevention Training services for Surface Warfare Engineering School Command, (SWESC) Great Lakes (GL). This acquisition has been 100% set aside for small business concerns. The proposed contract action is for services for which the Government intends to solicit and negotiate with only small business contractors capable of providing the services described below under the authority of FAR Part 13.5. The Government will not pay for information submitted in response to this notice. All responsible sources may submit a quotation which shall be considered by the agency; however, only quotes from small business concerns meeting the Surface Warfare Engineering School Command, (SWESC) Great Lakes (GL) requirements will be considered for award. The Government will NOT be responsible for any costs incurred by interested parties in responding to this notice of intent. Only written responses will be considered; all responses from responsible sources will be fully considered. The award resulting from this solicitation will be a Firm Fix Price, Indefinite-Delivery/ Indefinite-Quantity contract (FFP, IDIQ) containing a base ordering period of (5) years and an additional 6 month option period that will be exercised pursuant to FAR 52.217-8 if necessary. Performance information: The anticipated ordering period for this acquisition is as follows: Base Ordering Period: 01 July 2026 � 30 June 2031 Option I: 01 July 2031 - 31 January 2032 FOB Destination applies. Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. Delivery POC: [Government point of contact to be determined prior to award.] The Government will NOT be responsible for any costs incurred by interested parties in responding to this notice of intent. Only written response will be considered; all responses from responsible sources will be fully considered. The following provisions and clauses apply to this solicitation: - 52.212-1, Instructions to Offerors � Commercial Items � 52.212-4, Contract Terms and Conditions � Commercial Items � 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders � Commercial Items. Quoters are advised to include a completed copy of the provision at 52.212-3, Offerors Representations and Certifications � Commercial Items. This acquisition is not subject to World Trade Organization Government Procurement Agreement or Free Trade Agreements. See the attachment to the posting for additional contract requirements, terms, and conditions determined by the contracting officer to be necessary for this acquisition and consistent with customary commercial practices. No Defense Priorities and Allocations System (DPAS) rating is applicable to this procurement. System for Award (SAM). Quoters must be registered in the SAM database to be considered for award. Registration is free and can be completed on-line at http://www.sam.gov/. This procurement is for Electronic and Information Technology (EIT). Effective June 25, 2001, the Federal government implemented Section 508 of the Rehabilitation Act of 1973, Amendments of 1998 (29 U.S.C. S 794(d)) U.S.C. 255. Section 508 requires that the federal government only acquire electronic and information technology goods and services that provide for access by persons with disabilities. Therefore, to the extent supplies and services are available in the commercial marketplace, the contractor is required to meet the relevant accessibility standards contained in 36 C.F.R. Part.1 (Subpart a). For further information, see http://www.section508.gov. This solicitation will be open from 15 January 2026 until close of business (COB) 10 February 2026 at 12:00 pm (noon). All quotes shall be submitted via email to Elene Chappelle who can be reached at elene.y.chappelle.civ@us.navy.mil. The contracting Officer will only consider information submitted in response to this posting to the extent that the requirement should be competed. The Government will not pay or reimburse the offeror/quoter for any submission.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/9b57d4904511458eaa1e855631ce1b15/view)
 
Place of Performance
Address: Great Lakes, IL, USA
Country: USA
 
Record
SN07704695-F 20260206/260204230035 (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!  © 1994-2026, Loren Data Corp.