Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 19, 2024 SAM #8423
SOURCES SOUGHT

L -- Combatant Craft Assault (CCA) Craft Courses of Instruction

Notice Date
12/17/2024 10:42:42 AM
 
Notice Type
Sources Sought
 
NAICS
611519 — Other Technical and Trade Schools
 
Contracting Office
NAVAL SPECIAL WARFARE COMMAND SAN DIEGO CA 92155-5583 USA
 
ZIP Code
92155-5583
 
Solicitation Number
H92240-25-Q-1001
 
Response Due
1/3/2025 9:00:00 AM
 
Archive Date
01/18/2025
 
Point of Contact
Jackson Gabriel
 
E-Mail Address
jackson.t.gabriel.civ@socom.mil
(jackson.t.gabriel.civ@socom.mil)
 
Description
Combatant Craft Assault (CCA) Systems & Engineering Training Contracting Office Address Naval Special Warfare Command 2000 Trident Way, Bldg. 624 San Diego CA 92115-5599 Description Naval Special Warfare Command has a requirement for to conduct Courses Of Instruction (COIs) that familiarize students with the design, function, repair, calibrating, emergency procedures, and trouble-shooting of the United States Marine, Inc. (USMI), CAGE: 0NNZ7 Combatant Craft Assault (CCA) electrical and propulsion systems onboard NSW CCA craft. These COIs will be targeted at the operator and technical/maintainer level. The Government intends to utilize the procedures at FAR 6.302-1, Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements. Information received from this sources sought notification will be used to confirm the acquisition strategy is appropriate. The Government�s intent is to award a 5 year plus five one-year optional ordering periods Indefinite Delivery/Indefinite Quantity (IDIQ) type of contract issuing Firm Fixed Price (FFP) task orders to USMI. This sources sought does not constitute a request for quotes; submission of any information in response to this market survey is purely voluntary; the government assumes no financial responsibility for any costs incurred; and it shall not be construed as any commitment by the Government to execute this requirement. If your Company has the potential capability to satisfy this requirement, please provide the following information: 1) Company name 2) Cage Code 3) DUNS Number 4) Address 5) Point of Contact 6) E-mail Address 7) Web Site Address 8) Telephone number 9) Type of ownership (SB, Large Corp., etc.) for the Company under NAICS code 611519. 10) Tailored capability statement addressing the particulars of this effort, with appropriate documentation supporting claims of capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements. The total number of pages shall not exceed 5. The government will evaluate responses to this Sources Sought to ascertain potential market capability. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. The Government is not obligated to notify respondents of the results of this announcement and it reserves the right to reject, in whole or in part, any private sector input as a result of this announcement. NOTE: Proprietary information and trade secrets, if any, must be clearly marked on all materials. All information received that is marked Proprietary will be handled accordingly. Please be advised that all submissions become Government property and will not be returned. Interested vendors should provide information to determine if the company: (a) has adequate financial resources to perform the contract, or the ability to obtain them (see 9.104-3(a) and Subpart 52.219-14(a)); (b) has a satisfactory performance record (see 9.104-3(b) and Subpart 42.15); (c) has a satisfactory record of integrity and business ethics (for example, see Subpart 42.15); (d) has the necessary organization, experience, accounting and operational controls, and technical skills, or the ability to obtain them (including, as appropriate, such elements as production control procedures, property control systems, quality assurance measures, and safety programs applicable to materials to be produced or services to be performed by the prospective contractor and subcontractors). (See 9.104-3 (a)); (e) has the necessary production capacity, construction, and technical equipment and facilities, or the ability to obtain them (see 9.104-3(a)); and (f) is otherwise qualified and eligible to receive an award under applicable laws and regulations (see also inverted domestic corporation prohibition at FAR 9.108). Submission Instructions: Interested parties who consider themselves qualified to fulfill the above-listed requirement are invited to submit a response to this Sources Sought Notice no later than 3 January 2025 12:00 PM EST via e-mail to Jack Gabriel at jackson.t.gabriel.civ@socom.mil and Kelly McNeill at kelly.mcneill@socom.mil.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/d433edb8ea8c4dbb8c799716dcb566df/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN07295134-F 20241219/241217230124 (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!  © 1994-2024, Loren Data Corp.