Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 08, 2018 FBO #5949
MODIFICATION

R -- NSWC EXercise and Training (NEXT) Program

Notice Date
3/6/2018
 
Notice Type
Modification/Amendment
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, NAVSOC, 2000 Trident Way; Bldg 603M, San Diego, California, 92155, United States
 
ZIP Code
92155
 
Solicitation Number
H92240-18-A-0004
 
Archive Date
3/23/2018
 
Point of Contact
Jeffrey J. Harrington, Phone: 6195371631, Contracting - Division 2,
 
E-Mail Address
jeffrey.harrington@socom.mil, NSWKO2@socom.mil
(jeffrey.harrington@socom.mil, NSWKO2@socom.mil)
 
Small Business Set-Aside
N/A
 
Description
This amendment changes the title of this from NEWTEP to NEXT-Program. This is a sources sought notice for Naval Special Warfare Command ( N SWC) EX ercise and T raining (NEXT) Program. This is not a request for proposals and a formal solicitation is not available at this time. NSWC is seeking responsible large and small business concerns that can provide NEXT Services. The Contractor shall provide personnel, management, materials, equipment, services and facilities to enable NSWC and participating forces to execute joint maritime certification and validation mission readiness exercises directed to meet Joint Chiefs of Staff, High Interest Training Issues for Special Operations Forces and Conventional Force Integration, Interoperability, and Interdependence. Services required under this acquisition occur simultaneously at various geographically dispersed training sites throughout the Continental United States to include on land and at sea. Some locations are on military bases/training areas and some are not. The draft Performance Work Statement (PWS) is classified SECRET. Contractors shall have an existing SECRET facility clearance and SECRET safeguarding and/or ability to receive an electronic copy of future Requests for Proposals (RFPs) and PWS's via access to SIPR/SIPR email account. NSWC will not sponsor vendors. For purposes of this sources sought Contractors who do not have access to SIPR accounts (with SECRET facility clearance) are able to request an appointment to review the draft PWS in-person in Coronado, CA. In-person review requests must be received by the POC below not later than 2 March 2018, 13:00 Pacific Standard Time (PST). Interested vendors shall provide cage code information to the primary and secondary POC so they may verify the Facility and Safeguarding information for your company through the Defense Security Services (DSS). Once verified, the draft PWS will be available for review. It is anticipated that this acquisition will be conducted using FAR 12: Acquisition of Commercial Items. To assist the Government's Commercial Item Determination, Contractors shall provide information IAW FAR 2.101 or DFARS 212.201. This information is not included in the page count. Interested responsible Contractors shall submit a capabilities statement (not to exceed fifteen pages) that demonstrates their capability to provide the services described in the draft PWS and that demonstrates positive past performance of efforts similar in size, complexity, and scope. For purposes of this sources sought relevant past experience should be within the past six years from 1 March 2018. The capabilities statement shall include company name, address, CAGE code, SAM registration status, small business status (8A, small, small disadvantaged, women-owned, HUBZone, veteran-owned, or service-disabled veteran-owned), and point of contact (POC) information for the interested firm. The capabilities statement should identify, by contract number, past or current contracts and/or subcontracts that were awarded to your firm, period of performance, contract type, contract amount, a description of the relevant corporate experience gained, and a customer POC. The capabilities statement should include a description detailing if your firm can perform on all or some of the requirement described in the draft PWS. The Government will not respond to firms that do not follow the submission instructions in this notice. Responses to this sources sought notice should be received no later than 22 March 2018, 13:00 hours PST. All responses should be forwarded to NSWK02@socom.mil and jeffrey.harrington@socom.mil These are unclassified email addresses therefore no classified information should be sent to these email addresses. All email correspondence shall contain a subject line that reads, "NEWTEP Services Sources Sought." E-mail filters at NSWC are designed to filter e-mails without subject lines or with suspicious subject lines or contents (i.e.,.exe or.zip files). Therefore, if the prescribed subject line is not included, the e-mail may not get through the e-mail filters. Also.zip or.exe files are prohibited attachments and may be deleted by the e-mail filters at NSWC. Ensure only.pdf,.doc, or.xls documents are sent as attachments to e-mail. The e-mail filters may delete any other form of attachments.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/NAVSOC/H92240-18-A-0004/listing.html)
 
Place of Performance
Address: Throughout Continental United States of America, United States
 
Record
SN04843965-W 20180308/180306230950-19fd859011958e15c891f00af78e7428 (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.