Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 09, 2018 FBO #6225
SOURCES SOUGHT

U -- Dive scheduler and trainer

Notice Date
12/7/2018
 
Notice Type
Synopsis
 
NAICS
611519 — Other Technical and Trade Schools
 
Contracting Office
N68836 NAVSUP Fleet Logistics Center Jacksonville Naval Air Station Building 110, 3rd Floor 110 Yorktown Rd Jacksonville, FL
 
ZIP Code
32212
 
Solicitation Number
N6883619R0007
 
Response Due
12/14/2018
 
Archive Date
12/15/2018
 
Point of Contact
joseph.d.tolbert@navy.mil
 
Small Business Set-Aside
Total Small Business
 
Description
MARKET RESEARCH / REQUEST FOR INFORMATION (RFI) - NO SOLICITATION DOCUMENT EXISTS Product Service Code (PSC) U006 - Education/Training- Vocational/Technical Naval Diving and Salvage Training Center (NDSTC) requires Contractor support services to support the planning and generating of long and short term training schedules for utilizing NDSTC facilities (classrooms, gyms, pools, training tanks, demolition ranges, etc.) and assets (diving tenders, small boats, chambers, closed and open circuit SCUBA, surface supplied diving equipment, welding and cutting equipment, salvage and underwater ships husbandry training aids, demolitions, etc.) to support 134 instructors who train 1,418 students annually. NDSTC trains professional military divers for United States Navy (USN), Untied States Marine Corp (USMC), United States Air Force (USAF), United States Coast Guard (USCG), Civilian Government Agencies, and multiple allied nations. NDSTC requires Contractor support services to support current workload for the Dive Training Program Manager position in developing and maintaining the command ™s short and long-range training schedules to meet the mandatory training requirements of 25 courses of instruction. The Contractor shall have completed, graduated, and qualified as a military diver from a Military Diving School with the skills and knowledge to accomplish the tasks contained in the Performance Work Statement. As a former Qualified military diver, the Contractor shall, at a minimum, have experience with military diving operations, hyperbaric chamber operations, SCUBA, and surface supplied diving systems. These requirements are the minimum standards for this position. It is preferred the Contractor will have knowledge and experience with closed circuit (MK25) and semi-closed circuit (MK16) SCUBA, demolition operations, underwater cutting and welding, salvage and underwater ships husbandry. Previous Attainment of U.S. Navy First Class Diver or Master Diver is preferred but not required. Contractor shall be capable of working independently to plan, schedule, organize, set priorities, and coordinate work effort to provide effective coordination and scheduling in support of 25 Courses of Instruction (COI) and training related facilities and assets. A Firm Fixed Price (FFP) requirements contract is anticipated. The anticipated period of performance for this requirement is: Base year: 15 February 2019 through 14 February 2020 Option I: 15 February 2019 through 14 February 2020 Option II: 15 February 2020 through 14 February 2021 Option III: 15 February 2021 through 14 February 2022 Option IV: 5 February 2022 through 14 February 2023 FAR 52.217-8: 15 February 2023 through 15 August 2023 NAICS Code for this requirement is 611519, Other Technical and Trade Schools. Interested vendors are requested to submit a capability statements outlining their ability to meet or exceed this requirement no later than 1:00PM (Eastern Standard Time), Friday, 14 December 2018, to Joseph Tolbert at joseph.d.tolbert@navy.mil stating the following information: (1) Sources Sought Number; (2) Company name, General Services Administration (GSA) Contact Number, address, POC name, phone number, fax number and email; (3) Contractor (CAGE Code); (4) Size of business - Large Business, Small Business, Small Disadvantage, 8(a), HubZone, Woman-owned and/or Veteran-owned; (5) If the Services can be solicited from a GSA schedule contract vehicle or Open market; (6) Salient characteristics of the services and supplies being proposed which demonstrate the equivalency to the services and supplies requested by the Government, in accordance with the attached Draft Performance Work Statement document; and (7) Contractor (Manufacturer or Distributer), if applicable. (8) Corporate experience should include the applicable contract number, contract period of performance, a brief description of the services and supplies provided, and the relevancy of the services and supplies to the proposed requirement. The Government will use the result of this announcement to determine whether the acquisition of the above requirement should be solicited as a Small Business Set-Aside, or whether Full and Open Competition procedures will be utilized. Submissions are Not-To Exceed (NTE) 10 Standard typewritten pages in 12 point Times New Roman font. All technical questions and inquiries may be submitted within the response. DISCLAIMER: THIS SOURCES SOUGHT NOTICE IS FOR INFORMATIONAL AND PLANNING PURPOSES ONLY. THIS IS NOT A REQUEST FOR QUOTE. THE TECHNICAL CAPABILITY STATEMENT PROVIDED IN RESPONSE TO THIS SOURCES SOUGHT NOTICE SHALL NOT BE CONSIDERED A RESPONSE TO A REQUEST FOR QUOTE. RESPONSES TO THIS NOTICE ARE NOT OFFERS AND CANNOT BE ACCEPTED BY THE GOVERNMENT TO FORM A BINDING CONTRACT. RESPONSES WILL NOT RESTRICT THE GOVERNMENT TO A PARTICULAR ACQUISITION APPROACH OR BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. EVALUATION RESULTS WILL NOT BE PROVIDED TO CONTRACTORS RESPONDING TO THIS SYNOPSIS. NO FUNDS ARE AVAILABLE TO PAY FOR THE PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS SOURCES SOUGHT NOTICE IS STRICTLY VOLUNTARY. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (07-DEC-2018); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/notices/b2f4e78622e5f4298e3e18190fe984ec)
 
Place of Performance
Address: NAVAL DIVING and SALVAGE TRAINING CENTER 350 SOUTH CRAG ROAD , PANAMA CITY , FL
Zip Code: 32407
Country: US
 
Record
SN05169155-F 20181209/181207230015 (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.