Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 16, 2018 FBO #5929
SOLICITATION NOTICE

R -- Business Management services in support of the Deputy Chief of Naval Operations Manpower, Personnel, Training and Education and subordinate commands

Notice Date
2/14/2018
 
Notice Type
Presolicitation
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
N00189 NAVSUP Fleet Logistics Center Norfolk Philadelphia Office 700 Robbins Avenue, Building 2B Philadelphia, PA
 
ZIP Code
00000
 
Solicitation Number
N0018918RZ028
 
Response Due
3/1/2018
 
Archive Date
12/1/2018
 
Point of Contact
Stephen Ciliberto 215-697-5028
 
E-Mail Address
Email Contract Specialist
(stephen.a.ciliberto@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
The Naval Supply Systems Command (NAVSUP) Fleet Logistics Center (FLC) Norfolk, Contracting Department, Philadelphia Office intends to acquire, via full and open competition, Program Management, Financial, Program Objective Memorandum (POM) Analysis, and Administrative support services required to facilitate the overall objective of the Deputy Chief of Naval Operations (Manpower, Personnel, Training and Education MPTE) (DCNO, MPTE) (N1) and subordinate commands. The scope of this effort will encompass strategic assessment and planning; manpower assessment; planning and programming analysis support; financial program management; manpower, personnel, training and education program and policy assessment and management; quantitative analysis; forecasting; performance assessment; and research, development, test and evaluation program management support. The support is for strategic and operational level issue support regarding current and future initiatives across the MPTE domain. The support will require direct liaison with action officers and program managers across the MPTE domain as well as all other Navy Enterprises and Enablers to support the development and refinement of MPTE programs and policies. The contractors will provide a continuum of business management support to MPTE leadership, managers, action officers, program managers and analysts. The services are required both on-site, primarily in the Washington, DC Metropolitan Area, Millington, TN, and Pensacola, FL, and off-site. Some work may be required on-site at various other locations within the contiguous United States. Travel is anticipated. The Government anticipates performance will begin on 31 July 2018 and will continue, as required, for nine years thereafter. For planning purposes, the total estimated yearly level of effort (LOE) is 289,920 hours (or 2,609,280 hours over the nine year period). The applicable NAICs code is 541611 Administrative Management and General Management Consulting Services. The small business size standard for this NAICS is $15 million in annual receipts. It is the intent of the Government to process this procurement under FAR 15, Contracting by Negotiation, and to ultimately award multiple, indefinite delivery, indefinite quantity (IDIQ) cost-plus-fixed-fee (CPFF) contracts as a result of the forthcoming solicitation. The IDIQ contracts will allow for both CPFF and firm-fixed-price (FFP) type task orders. Offerors will be required to submit non-cost/price (technical) and cost/price proposals. The Government anticipates that the resultant contracts will be awarded on a best value basis where the non-cost/price (technical) volume will be considered more important than the cost/price volume. Upon its release, the solicitation will be issued electronically and be available for downloading at the NECO website: http://www.neco.navy.mil or http://www.fedbizopps.gov on or about 1 March 2018. The closing date for the receipt of offers will be set forth in the RFP. Paper copies, faxed copies, or email copies of the solicitation will not be provided. Interested parties are solely responsible for monitoring the above website for posting of the RFP and any amendments thereto. The Government will not pay for the information received. All responsible sources may submit a proposal, which will be considered by NAVSUP FLC Norfolk, Contracting Department, Philadelphia Office. By submitting an offer, the offeror is self-certifying that neither the requestor nor the principal corporate officials and owners are currently suspended, debarred, or otherwise ineligible to receive contracts from any federal agency. Failure to do so may represent grounds for refusing to accept the offer. By submission of an offer, the contractor acknowledges the requirements that a prospective awardee must be registered in the System for Award Management (SAM) database prior to award. Lack of registration in the SAM database will make a contractor ineligible for award. Contractors may obtain information on registration and annual confirmation requirements via the internet at https://www.sam.gov/portal/public/SAM/. Any questions regarding this announcement should be submitted via email to stephen.a.ciliberto@navy.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/FISCDETPHILA/N0018918RZ028/listing.html)
 
Place of Performance
Address: 701 SOUTH COURTHOUSE RD, Arlington, VA
Zip Code: 22204
 
Record
SN04823156-W 20180216/180214231537-5d245ec0eb8c0a91a0b513a271b25f64 (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.