Virginia Bids > Bid Detail

Air Proficiency/Sustainment Operations Services

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • U - Education and Training Services
Opps ID: NBD00159454095827679
Posted Date: Feb 28, 2023
Due Date: Mar 14, 2023
Solicitation No: N0018923R0014
Source: https://sam.gov/opp/7066568428...
Follow
Air Proficiency/Sustainment Operations Services
Active
Contract Opportunity
Notice ID
N0018923R0014
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE NAVY
Major Command
NAVSUP
Sub Command
NAVSUP GLOBAL LOGISTICS SUPPORT
Sub Command 2
NAVSUP FLC NORFOLK
Office
NAVSUP FLT LOG CTR NORFOLK
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Feb 28, 2023 09:01 am EST
  • Original Response Date: Mar 14, 2023 04:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: U099 - EDUCATION/TRAINING- OTHER
  • NAICS Code:
    • 611620 - Sports and Recreation Instruction
  • Place of Performance:
    Virginia Beach , VA 23459
    USA
Description

Request for Information (RFI) / Sources Sought Notice



Pursuant to FAR clause 52.215-3 entitled “Request for Information or Solicitation for Planning Purposes,” this announcement constitutes a Sources Sought Notice for information and planning purposes for qualified and experienced sources to provide Air Proficiency/Sustainment Operations Services to Explosive Ordnance Disposal Explosive Ordnance Disposal Group Two (EODGRU TWO), Navy Expeditionary Combat Command (NECC), as defined in the attached draft Performance Work Statement (PWS). This is not a solicitation announcement for proposals and no contract will be awarded from this announcement. It is not to be construed in any way as a commitment by the Government for any purpose other than to gain the information requested, nor will the Government pay for the information submitted in response. Interested parties are encouraged to respond to this RFI/Sources Sought Notice.



Scope



EODGRU TWO requires Air Proficiency/Sustainment Operations Services.



A DRAFT performance work statement is provided containing further details (see Attachment I).



Any potential contract(s) resulting from this RFI/Sources Sought Notice is anticipated to be a firm-fixed-price (FFP), single award, indefinite-delivery, indefinite-quantity (IDIQ) type contract.



NAICS Code



The NAICS code for this requirement is anticipated to be 611620, Sports and Recreation Instruction, with a size standard of $9M. The product service code (PSC) is U099, Other Education and Training Services.



Required Delivery Date



Performance is estimated to commence on or around 01 June 2023. The period of performance is anticipated to consist of one (1) five-year ordering period and may include FAR clause 52.217-8, Option to Extend Services, to provide for an additional six (6) months of performance.



Capabilities Statement



This is a market research tool. The input provided will help the Navy ascertain the interest, capability, and capacity of potential businesses. If you are an interested business, NAVSUP FLC Norfolk appreciates your assistance in providing a capabilities statement addressing all the items below. Please limit your responses to the information being requested only. Standard company brochures will not be reviewed. Any technical questions and inquiries may be submitted within the response.




  1. Full business name, address, point of contact, telephone number, and e-mail address

  2. Contractor and Government Entity (CAGE) code

  3. Size of business: Large Business, Small Business, Small Disadvantaged, 8(a), HUBZone, Woman-owned, Service Disabled Veteran-Owned, or other category

  4. If the items can be obtained from an existing Government contract vehicle, to include GSA or SeaPort-NxG, provide the applicable contract number.

  5. Indicate if your company can be a prime contractor for this effort or, if not, whether your company can be a subcontractor. If subcontractors are to be used, provide the anticipated percentage of effort to be subcontracted and if a small or large business subcontractor will be used.

  6. The Government is determining the acquisition strategy for this potential acquisition. If any potential acquisition will be a small business set-aside, then FAR clause 52.219-14, Limitations on Subcontracting, applies. Note that if there is sufficient demonstrated interest and capability among small businesses, a key factor in determining if an acquisition will be a small business set-aside is that two or more potential small business prime contractors must be capable of performing at least 50% of the effort, as defined in FAR clause 52.219-14. If the Government determines that a small business set-aside is appropriate and your company anticipates submitting a proposal as the prime contractor for a small business set-aside, please provide specific details and rationale as to how compliance with FAR clause 52.219-14 will be achieved, including specific details regarding teaming arrangements, and if subcontracts are to be used, provide the anticipated percentage of the effort to be subcontracted and whether small or large business subcontractors will be used. Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided.

  7. Please address the following in your response. Documentation of qualifications must be presented in sufficient detail for the Government to determine that your company possesses the necessary capabilities contained in this notice.

    1. Contractor’s ability to provide the required services referenced in the attached Performance Work Statement.

    2. Estimated time required to submit a proposal involving the following evaluation factors: technical, past performance and price.





Submission Responses should be limited to no more than 10 standard typewritten pages in no less than 12 font size. Reponses should reference “Air Proficiency/Sustainment Operations” and shall be submitted by e-mail to Benjamin Cady at benjamin.m.cady.civ@us.navy.mil and Morgan Olszak at morgan.e.olszak.civ@us.navy.mil by 4:00 p.m. Eastern time on 14 March 2023. Again, this is not a request for proposals. Respondents will not be notified of any results. Please note that the information within this RFI/Sources Sought Notice may be updated and/or may change prior to an official solicitation, if any, is issued.





Attachments:



Attachment I – Draft Performance Work Statement



NOTE: Proprietary information should be clearly marked. The requested information is for planning and market research purposes only and will not be publicly released. Again, this is not a request for a proposal. Please note the information within this Sources Sought Request for Information will be updated and/or may change prior to an official synopsis/solicitation, if any.


Attachments/Links
Contact Information
Contracting Office Address
  • ATTENTION CODE 301 1968 GILBERT STREET SUITE 600
  • NORFOLK , VA 23511-3392
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Feb 28, 2023 09:01 am ESTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >