Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 11, 2008 FBO #2237
SOURCES SOUGHT

U -- Marine Academic Skills Program (MASP)

Notice Date
1/9/2008
 
Notice Type
Sources Sought
 
Contracting Office
P.O. Box 190022, North Charleston SC 29419-9022
 
ZIP Code
29419-9022
 
Solicitation Number
SSC-Charleston_MKTSVY_56E8A
 
Response Due
1/16/2008
 
Point of Contact
Point of Contact - Jo Ann Lawless, Contract Specialist, 843-218-5246
 
E-Mail Address
Email your questions to Contract Specialist
(joann.lawless@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
The Space and Naval Warfare Systems Center (SPAWARSYSCEN), Charleston, is soliciting information from potential sources to provide the following: The Marine Corps Intelligence Schools requires the ability to provide basic and specialized Intelligence training for the Marine Air Ground Task Force components. The increased mobilization of personnel coupled with a shortage in resources and staff has resulted in a bottleneck of students awaiting training. This increase has resulted in a demand for contractor support to provide curriculum management and an educational program to Marines awaiting training. MCIS at Oceana Naval Air Station Dam Neck, Va, Dam Neck Annex is seeking a qualified instructor to proctor tests and deliver instruction for the Marine Academic Skills Program (MASP). The purpose of MASP is to improve the competencies of active duty enlisted Marine Corps personnel by strengthening their basic academics skills including, English, reading and written communications, as well as public speaking. This training is conducted on a part-time basis in a traditional classroom setting aboard base. General Delivery Requirements. The contractor shall provide basic academic skills in the Effective Public Communications and Briefing Skills Course. It will be offered 4 days a week, 4 hours a day and on a by- monthly basis. The course will be presented in a participative lecture format that includes class activities and speech presentations. The contractor shall furnish materials to include textbooks, handouts and other materials to support the Effective Public Communication and Briefing Skills Course. Specific Instructor Requirements. Interested contractors MUST meet all the following qualifications: ??? Possess Navy or Marine Corps Master Trainer Certification ??? Possess Navy Enlisted Classification Code (9518) ??? Instructor must be available daily between the hours of 12 ??? 4 PM. ??? Instruction must be held within marching distance and the confines of Walker Hall, Naval Air Station Oceana Dam Neck Annex, Dam Neck, VA (Rental of classroom is required). ??? Qualified to administer the Test of Adult Basic Education Exam in accordance with the Teachers Guide for Reading and Language Level D. Monterey, CA. CTB/McGraw-Hill, 2005. This notice is for planning purposes only. It is anticipated that a solicitation will be issued for an indefinite-delivery, indefinite-quantity Firm-Fixed-Price, Commercial type contract issued under FAR Part 13.5. Firms are invited to submit any literature, brochures, and references necessary to support that they possess the required capabilities necessary to meet or exceed the stated requirements. There is a page limit of five (5) on data submitted. Responses shall be submitted via e-mail to SPAWARSYSCEN, Charleston, Jo Ann Lawless, at joann.lawless@navy.mil, Code 2.2.3JL. (Request that name of firm be stated in subject line of e-mail message). Responses must include the following: (1) name and address of firm; (2) size of business: average annual revenue for past three years and number of employees; (3) ownership: Large, Small, Small Disadvantaged, 8(a), and/or Woman- Owned; (4) number of years in business; (5) two points of contact, including: name, title, phone, fax, and e-mail address; (6) DUNS Number (if available); (7) affiliate information: parent corporation, joint venture partners, potential teaming partners, prime contractor (if potential sub) or subcontractors (if potential prime); (8) a list of customers covering the past 3 years; highlight relevant work including a summary of work performed, contract number, contract type, dollar value for each customer reference, and customer point of contact with phone number. Teaming partnerships and joint ventures envisioned under FAR 52.219-27 (c) and (d) for Service-Disabled Veteran Owned Small Businesses and FAR 52.219-3 (c) and (d) for HUBZone Businesses established to meet the provisions of FAR 52.219- 14 ???Limitations on Subcontracting??? should provide the information requested in items 1 through 8 above on each of the teaming partners. This market survey is for information and planning purposes and is not to be construed as a commitment by the government. This is not a solicitation announcement for proposals and no contract will be awarded from this announcement. No reimbursement will be made for any costs associated with providing information in response to this announcement and any follow-up information requests. Respondents will not be notified of the results of the evaluation. Respondents deemed fully qualified will be considered in any resulting solicitation for the requirement. Government reserves the right to consider a set- aside for one of the small business preference groups (i.e., 8(a), SDB, SDVO, etc..). The applicable NAICS code is 611710 with a size standard of $6.5M. Closing date for responses is 16 January 2008.
 
Web Link
Click on this link to access the SPAWAR E-Commerce Central Web Site
(https://e-commerce.spawar.navy.mil/Command/02/ACQ/navhome.nsf/homepage?readform&db=navbusopor.nsf&whichdoc=E43C5B681B1441FE882573CB00581A37&editflag=0)
 
Record
SN01482305-W 20080111/080109224759 (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.