SOLICITATION NOTICE
U -- U.S. Armed ForcesVocational/Technical Programs for CENTCOM and AFRICOM AORs
- Notice Date
- 3/21/2016
- Notice Type
- Presolicitation
- NAICS
- 611210
— Junior Colleges
- Contracting Office
- N00189 NAVSUP Fleet Logistics Center Norfolk Philadelphia Office 700Robbins Avenue, Building 2B Philadelphia, PA
- ZIP Code
- 00000
- Solicitation Number
- N0018920160898
- Response Due
- 3/31/2016
- Archive Date
- 4/1/2016
- Point of Contact
- Karen Morris 215-697-9612
- Small Business Set-Aside
- N/A
- Description
- The NAVSUP Fleet Logistics Center (FLC) Norfolk Philadelphia Office intends to procure lower-level post-secondary vocational and technical degree/certificate programs and a variety of educational support services. These academic programs include automotive mechanics, emergency medical technology, criminal justice, early childhood education, hospitality management, fire protection (fire services), applied computer technology, and applied management. Academic programs shall be delivered by distance learning methods and through face-to-face instruction at Outside the Continental United States (OCONUS) Army Education Centers, Air Force Education Centers, and Navy College Offices located throughout the CENTCOM/AFRICOM AORs. A minimum of 25 percent of courses offered under these vocational and technical academic programs must be taught on-site via face-to-face delivery (100% of program core courses). A variety of educational support services shall also be provided to U.S. Forces to include counseling support, test examiner services, foreign language instruction, Functional Academic Skills Training, the Advanced Skills Education Program (ASEP), and related administrative and technology support. Educational support services shall be provided on-site at various locations within the CENTCOM/AFRICOM AORS to include contingency areas. Foreign countries where the required academic and educational support services have historically been provided include Afghanistan, Bahrain, Djibouti, Egypt(Sinai), Jordan, Kuwait, Qatar, Saudi Arabia, and The United Arab Emirates. However these locations are subject to change and are not necessarily the only locations that will require support throughout the period of performance of a subsequent requirements contract. All programs/courses must be delivered by an accredited post-secondary institution who is a member of Service members Opportunity Colleges (SOC) and who possesses a fully executed DoD Voluntary Education Partnership Memorandum of Understanding. The required programs/courses form critical elements of the voluntary adult education programs which support lifelong learning by service members and other authorized adult learners within the U.S. military communities served by the voluntary education organizations of each of the military services within the CENTCOM and AFRICOM AOR's. The applicable North American Industry Classification System (NAICS) code is 611210. The Product Service Code (PSC) is U006. The placement of a requirements contract is contemplated with a period of performance of 1 February 2017 through twelve (12) months thereafter, with four (4) option year periods. The proposed firm fixed price contract action is for services which the Government intends to solicit and negotiate with only one source. It is intended to solicit this requirement on an other than full and open competitive basis. The statutory authority permitting other than full and open competition is 10 U.S.C. 2304(c), as implemented by FAR Part 6.302-1, Only One Responsible Source and No Other Supplies or Services will Satisfy Agency Requirements. Central Texas College, the incumbent and historical provider of the requirement, is considered the only source with the necessary institutional knowledge, academic/technical expertise, physical infrastructure, personnel resources, logistical support system, and necessary credentials to provide the required breadth of vocational/technical programs and education support services at OCONUS locations in the CENTCOM and AFRICOM AORs, including contingency areas. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, the Government will consider all information received within ten days after date of publication of this synopsis. A determination by the Government not to compete this requirement based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for determining whether to conduct a competitive procurement. If this procurement were competed, no additional synopsis would be published and a request for quotation would only be forwarded to the intended vendor and firms that responded to this synopsis of intent. For questions regarding this announcement, please contact Ms. Karen Morris via telephone at 215-697-9612 or via e-mail at Karen.Morris@navy.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/FISCDETPHILA/N0018920160898/listing.html)
- Record
- SN04057355-W 20160323/160322000236-09543efa41939882101fe5a183e4aa84 (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 |