Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 10, 2015 FBO #4947
DOCUMENT

G -- Social Services - Attachment

Notice Date
6/8/2015
 
Notice Type
Attachment
 
NAICS
813110 — Religious Organizations
 
Contracting Office
N00189 NAVSUP Fleet Logistics Center Norfolk 1968 Gilbert Street,Suite 600 NORFOLK, VA
 
Solicitation Number
N0018915T0237
 
Response Due
6/15/2015
 
Archive Date
6/30/2015
 
Point of Contact
james.r.griffin2@navy.mil
 
Small Business Set-Aside
N/A
 
Description
This announcement constitutes a Sources Sought for information and planning purposes. Naval Supply Center (NAVSUP) Fleet Logistics Center (FLC) Norfolk ™s intent of this announcement is to identify qualified and experienced sources for a contract vehicle that will provide three trained professional facilitators to be assigned to Commander Navy Region Europe Africa Southwest Asia (CNREURAFSWA), Chaplain Religious Enrichment · Development Operation (CREDO) to assist in direct facilitation of CREDO retreats and other training events, as well as, command administrative consulting support duties as defined in the attached draft Performance Work Statement. This requirement is for three full time employees, each facilitator will be stationed at one of the following installations: CNREURAFSWA CREDO Naples PSC 817 Box 14 FPO AE 09622-0018 NAVSTA ROTA (SPAIN) PSC 819 Box 12 FPO AE 09645-1900 CAMP LEMONNIER, DJIBOUTI, AFRICA PSC 831 FPO AE 09363-9998 This announcement constitutes a sources sought for written information only. This is not a solicitation announcement for proposals and a contract will not be awarded from of this announcement. This announcement is not to be construed in any way as a commitment by the Government, nor will the Government pay for the information submitted in response. Anticipated NAICS Code The NAICS Code for this requirement is 813110 “ Religious Organizations and the Size Standard is $7.5 Million. The Government has not yet determined whether an existing strategic source vehicle will be used to satisfy this requirement. If it is determined to be in the best interest of the Government to utilize Seaport-E, then the applicable NAICS code and size standard will be 541330 “ Engineering Services and $38.5 million. Respondent should provide their business size in both potential NAICS. Reponses to this Sources Sought request should reference N00189-15-T-0237 and shall include the following information in this format: 1.Company name, address, point of contact name, phone number, fax number and email address. 2.Contractor and Government Entity (CAGE) Code. 3.If the services can be solicited from a GSA schedule, provide the GSA contract number. 4.If the services can be solicited from SeaPort, provide the contract number. 5.Size of business - Large Business, Small Business, Small Disadvantage, 8(a), Hubzone, Woman-owned and/or Service Disabled Veteran-owned. 6.An estimated Rough Order of Magnitude (ROM). 7.A copy of SAM.GOV active registration. Must reflect Data Universal Numbering System, Commercial and Government Entity, and Reps/Certs. 8.Capability statement displaying the contractor ™s ability to provide the services, to include past performance information. If past performance information is provided, please include only relevant past performance on the same/similar work within the last 5 years. Please also include in past performance information the contract numbers, dollar value, and period of performance for each contract referenced in the response to this sources sought. 9.Include any other supporting documentation. 10.Comments or suggested changes to the Governments NAICs Determination 11.Identify conditions or issues the U.S. Government should consider or may interfere with the intention of this project. Documentation of technical expertise must be presented in sufficient detail for the Government to determine that your company possesses the necessary functional area expertise and experience to compete for this acquisition. Standard company brochures will not be reviewed. Submissions are not to exceed five (5) typewritten pages in no less than 12 font size. Responses should be emailed to Jim Griffin at james.r.griffin2@navy.mil by 10:30 AM on June 15, 2015. Again, this is not a request for a proposal. Respondents will not be notified of the results. Please note the information within this pre-solicitation synopsis will be updated and/or may change prior to an official synopsis/solicitation, if any is issued. Attachments: Attachment I “ CREDO Draft PWS 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. Respondents will not be notified of the results. Please note the information within this pre-solicitation synopsis will be updated and/or may change prior to an official synopsis/solicitation, if any.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00189/N0018915T0237/listing.html)
 
Document(s)
Attachment
 
File Name: N0018915T0237_CREDO_Draft_PWS.doc (https://www.neco.navy.mil/synopsis_file/N0018915T0237_CREDO_Draft_PWS.doc)
Link: https://www.neco.navy.mil/synopsis_file/N0018915T0237_CREDO_Draft_PWS.doc

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN03756866-W 20150610/150608235034-970c286f6323ce82703fd27864e74376 (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.