Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 20, 2017 FBO #5718
DOCUMENT

U -- Facility Support Contract (FSC) Product Line Performance Work Statement (PWS) and Independent Government Estimate (IGE) Development Training - Attachment

Notice Date
7/18/2017
 
Notice Type
Attachment
 
NAICS
611430 — Professional and Management Development Training
 
Contracting Office
N62470 NAVFAC Atlantic Code AQ 6506 Hampton Blvd, Building A Norfolk, VA
 
Solicitation Number
N6247017T4015
 
Response Due
7/28/2017
 
Archive Date
9/15/2017
 
Point of Contact
Ms. Heather Seibold, Contract Specialist (heather.a.seibold@navy.mil)
 
E-Mail Address
wn
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS OR DRAWINGS AVAILABLE AT THIS TIME. This Sources Sought is issued solely for market research information to identify potential sources that are interested in, and capable of, performing the work described in this Sources Sought. No contract will be awarded from this announcement, and no reimbursement will be made for any costs associated with providing information in response to this notice. The Naval Facilities Engineering Command (NAVFAC) Atlantic is performing this market research to aid in the development of its acquisition approach. NAVFAC Atlantic is seeking to identify eligible small business firms with the capacity, experience and interest in competing for a one-time performance-based Professional Services Contract to obtain curriculum development and process analyses services related to Specification Writing and Cost Estimating Course Development for the Facility Support Contracts (FSC) Product Line. All work under the planned contract must be completed within 270 calendar days from date of award. The NAICS code for this procurement is 611430 Professional and Management Development Training with a size standard of $11,000,000. In order to meet the ever changing needs of our current and future workforce, NAVFAC Atlantic is searching the marketplace for companies that are capable of providing the development of instructional content, facilitation for pilot courses (web-based and resident) and related technical support, professional and advisory services. These services include but are not limited to identifying community knowledge requirements, Analyses of Facility Support Contract (FSC) processes and guidance, training development and creation of associated products. Services are intended to assist in the continued education and training of the NAVFAC FSC workforce. Services also include recommending updates and revisions for existing documents/references/Standard Operating Procedures (SOPs)/Business Management System (BMS) to adhere to the current or existing requirements or prevailing standards and regulations all work items will relate to Specification Writing and Cost Estimating. Respondents must possess the following knowledge, skills and experience: Knowledge and experience with NAVFAC business processes, Navy Public Works Department operations and FSC Branch organization, Facility Engineering, NAVFAC product and service criteria, and related NAVFAC work management systems Maximo, eProjects and eContracts is required. A thorough understanding of Performance Based Service Acquisition; acquisition policy and processes related to FSC; the content and structure of the FSC/BOS Template; processes for specification development, cost estimating, and performance assessment; and the practical application of these processes to provide effective FSC/BOS contract support. Specific NAVFAC knowledge and experience is required to support training development efforts and provide meaningful instruction across the organization. Experience using various business processes and operations within a large and diverse military organization, an understanding of the development and execution of FSC/BOS contracts and the performance assessment of these contracts, and the ability to translate these concepts into practical training sessions is required. Possess NAVFAC business/process specific knowledge sufficient to provide functional training on established BMSs, CONOPS, Command procedures, FSC product line policy and guidance and how they apply to FSC products and services. Experienced in providing both online/web based and classroom instruction for groups ranging from 15 to 30 participants. Be proficient in utilizing online collaboration tools to conduct training, interact with students, and perform knowledge checks for a diverse global audience. SUMBITTAL REQUIREMENTS: As permitted by FAR Part 10, it is requested that potential sources or interested parties submit a brief capabilities statement package demonstrating the ability to perform the services listed above. The capability package must be complete and sufficiently detailed to allow the Government to determine the firm s qualifications to perform the defined work. It is requested that your submittal not exceed five (5) pages. Submit your completed responses no later than 28 July 2017 to the Contract Specialist, Ms. Heather Seibold via email at heather.a.seibold@navy.mil and to the Contracting Officer, Ms. Dawn Cail via email to dawn.cail@navy.mil. Identify in the subject line of your response: N6247017T4015: Sources Sought Response. The Government is not obligated to and will not pay for any information received from the potential sources as a result of this synopsis. Responses shall at a minimum include the following information: A. Company Profile. To include: (1.) Company Name and Address, (2.) Point of Contact Name/Telephone/E-mail address, (3) DUNS number; (4) CAGE Code; (5) Business Size/Status B. Capability Statement. Provide a 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. C. Additional Information. a. North American Industry Classification System (NAICS) code. As documented above, the anticipated NAICS Code for this requirement is 611430 Professional and Management Development Training. You are requested to provide the Government feedback on the use of 611430 as the NAICS code for the scope of work described within. If industry believes there is a more appropriate NAICS code for this type of work, please identify the specific NAICS code and the reason for the recommendation. b. If you have a GSA or other contract vehicle that covers these services, provide the contract number and applicable information for that contract. c. Size of business - Small Business, Small Disadvantaged, eligible 8(a) small businesses under the Small Business Administration s (SBA) business development program, certified HUBZone small business, Woman owned small business, Economically Disadvantaged Woman-owned small business, Veteran Owned small business and/or Service Disabled Veteran-owned. Please identify under which small business categories you qualify. If claiming 8(a) or HUBZone provide a copy of the certification or point of contact information for the SBA assigned Small Business Development Specialist assigned to your firm. 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) type-written pages in no less than 12 font size, excluding copy of SAM.GOV active registration. RESPONSES ARE DUE NO LATER THAN, FRIDAY, 28 JULY 2017. LATE RESPONSES WILL NOT BE ACCEPTED. Questions or comments regarding this notice may be addressed in writing to Heather Seibold via email at heather.a.seibold@navy.mil. and Contracting Officer, Dawn Cail at dawn.cail@navy.mil NOTE: THE GOVERNMENT RESERVES THE RIGHT TO CANCEL THIS ACQUISITION AT ANY TIME. THE GOVERNMENT IS NOT RESPONSIBLE FOR ANY COSTS INCURRED IN ORDER TO PARTICIPATE IN THIS PROCESS. ALL INFORMATION SUBMITTED IS AT THE OFFEROR S OWN EXPENSE. ANY RECOMMENDATIONS OR SUGGESTIONS PROVIDED IN RESPONSE TO THIS SOURCES SOUGHT MAY BE UTILIZED WITHOUT ANY RESTRICTIONS WHATSOEVER OR COST TO THE GOVERNMENT AND MAY BE INCLUDED IN THE PWS. ALL INFORMATION RECEIVED IN RESPONSE TO THIS SOURCES SOUGHT THAT IS CLEARLY MARKED PROPRIETARY WILL BE HANDLED ACCORDINGLY. We appreciate your interest and thank you in advance for responding to the Market Research Questionnaire/Request for Information.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62470CON/N6247017T4015/listing.html)
 
Document(s)
Attachment
 
File Name: N6247017T4015_N6247017T4015_FSC_PWS_and_IGE_Development_Training_Sources_Sought_Notice.pdf (https://www.neco.navy.mil/synopsis_file/N6247017T4015_N6247017T4015_FSC_PWS_and_IGE_Development_Training_Sources_Sought_Notice.pdf)
Link: https://www.neco.navy.mil/synopsis_file/N6247017T4015_N6247017T4015_FSC_PWS_and_IGE_Development_Training_Sources_Sought_Notice.pdf

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04583946-W 20170720/170718234917-f71875a77199a66d055108b33fa05022 (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.