SOLICITATION NOTICE
U -- Leadership and Resiliency Training
- Notice Date
- 2/8/2018
- Notice Type
- Presolicitation
- NAICS
- 611430
— Professional and Management Development Training
- Contracting Office
- Department of the Navy, United States Marine Corps, MCCS Camp Lejeune, MCCS Activity, 1401 West Road, Camp Lejeune, North Carolina, 28547-2539, United States
- ZIP Code
- 28547-2539
- Solicitation Number
- M6700118QTBD
- Point of Contact
- Vivian A. Porter, Phone: 910-451-3018, Coleman R. Scott, Phone: 910-451-4919
- E-Mail Address
-
vivian.porter@usmc.mil, coleman.scott@usmc.mil
(vivian.porter@usmc.mil, coleman.scott@usmc.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a Presolicitation Notice. The Contracting Department and II MEF has a requirement for Leadership and Resiliency Training. The training requires an integrated, holistic, evidence-based, experiential Leadership and Resiliency program that provides leaders skills and tools to address adversity and life challenges, enabling them to strengthen resiliency and to integrate their personal growth into transferable leadership skills. The training will specifically be designed for Navy and Marine Corps Non-Commissioned Officers, Staff Non-Commissioned Officers, and Junior Officers, and will incorporate and reinforce Marine Corps values throughout the process. Training will include such topics as financial counseling, alcohol use and abuse, nutrition and fitness, physical training, pain management, couples and parent-child communication, sex relationships, spirituality, anger and stress management. All training will take place within 20 miles of Camp Lejeune, N.C., Marine Corps Air Station Cherry Point, N.C. and Marine Corps Air Station Beaufort, S.C. The proposed acquisition is 100% set-aside for small business concerns. The associated North American Industry Classification System (NAICS) code for this requirement is 611430. The industry description for this NAICS code is Professional and Management Development Training. The size standard for this NAICS code is $11,000,000. The Government's intent is to issue a single firm-fixed priced, requirements type contract to satisfy this requirement. The requirement will be for a two (2) year ordering period. The RFQ documents and incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2005-94, effective 19 January 2017 and DFARS Change Notice (DCN) 20161222, effective 22 December 2016. The solicitation will be posted and made available for download via electronic data interchange at FedBizOpps, www.fedbizopps.gov on or about February 21, 2018. It is the responsibility of the quoter to continually view the website for the solicitation and any amendments. Contractors interested in doing business with the Government must be registered in the System for Award Management (SAM) database website ( http://www.sam.gov/ ) accessed through https://www.acquisition.gov. Interested parties must also agree to implement the Department of Defense web-based software application Wide Area WorkFlow-Receipt and Acceptance (WAWF-RA) at https://wawf.eb.mil/. WAWF training may be accessed at https://www.wawftraining.com/. Contractor must also ensure annual representations and certifications are current or complete at the SAM website as well. All prospective offerors interested in submitting a quote must have a commercial and government entity code (CAGE code). The point of contact for this presolicitation notice is Ms. Vivian Porter, Contract Specialist, 910-451-3018, vivian.porter@usmc.mil. Alternate point of contact is Coleman Scott, Contracting Officer, 910-451-4919, coleman.scott@u smc.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/736694ff6a64cf66da4989872c2d9795)
- Record
- SN04817082-W 20180210/180208231517-736694ff6a64cf66da4989872c2d9795 (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 |