Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 08, 2020 SAM #6796
SOLICITATION NOTICE

R -- Joint Interoperability Division (JID) Support Services Joint Tactical Operations (JTO) Interface Training Program

Notice Date
7/6/2020 11:21:34 AM
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
NAVSUP FLT LOG CTR NORFOLK NORFOLK VA 23511-3392 USA
 
ZIP Code
23511-3392
 
Solicitation Number
N00189R20Z111
 
Response Due
8/31/2020 12:00:00 AM
 
Archive Date
09/30/2020
 
Point of Contact
Marisol Latoison 215-697-2001 Contracting Officer: Mary Mezzatesta, 215-697-9691
 
E-Mail Address
marisol.latoison@navy.mil
(marisol.latoison@navy.mil)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
The NAVSUP Fleet Logistics Center (FLC) Norfolk, Contracting Department, Philadelphia Office intends to solicit and negotiate an Indefinite Delivery, Indefinite Quantity (IDIQ) type contract in support of the Joint Tactical Operations Interface Training Program and the Joint Data Network Staff Training Program. The programs include planning and operating a specialized Department of Defense international school, and teaching on unique military Multi-TDL Network (MTN) systems, to include Link-16 radios, residing in most combat ships, aircraft, helicopters and vehicles. The Joint Staff, J7, Joint Interoperability Division (JID) Division, Pope Army Airfield, Fort Bragg, North Carolina manages the two programs. JID operates under the Chairman of the Joint Chiefs of Staff direction. The requirement covers 14 military training courses and contractor travel to 22 joint/allied and coalition partner nations. The Government intends to solicit this requirement as a 100% Service Disabled Veteran Owned Business (SDVOSB) set aside, using the procedures in FAR Part 15. This requirement will be solicited as a single award FFP IDIQ type contract that contains terms and conditions for the placement of FFP task orders. Award will be made on a best value (trade-off) process. Offerors will be required to submit both non-price and price proposals and the offeror�s non-price proposal will be deemed more important than the offeror�s price proposal. The anticipated contract award date is November 19, 2020, one month before the expiration of the current contract to allow ample transition time prior to the commencement of the Base ordering period on December 19, 2020. The resultant contract will consist of a twelve (12) month Base ordering period with three (3) 12-month Option ordering periods to extend the term of the contract through December 18, 2024 if all options are exercised. The applicable North American Industry Classification System (NAICS) Code is 541330, business size standard $16.5 million, Product Service Code R425. Upon its release, the solicitation will be issued electronically and be available for downloading via the Navy Electronic Commerce Online (NECO) website (https://www.neco.navy.mil/). The closing date for the receipt of offers will be set forth in the RFP. Paper copies, faxed copies, or email copies of the solicitation will not be provided. Interested parties are solely responsible for monitoring the above website for posting of the RFP and any amendment thereto. The Government will not pay for the information received. All responsible sources may submit a proposal, which will be considered by NAVSUP FLC Norfolk, Contracting Department, Philadelphia Office. By submitting an offer, the offeror is self- certifying that neither the requestor nor the principal corporate official and owners are currently suspended, debarred, or otherwise ineligible to receive contracts from any federal agency. Failure to do so may represent grounds for refusing to accept the offer. By submission of an offer, the contractor acknowledges the requirements that a prospective awardee must be registered in the System for Award Management (SAM) database prior to award. Lack of registration in the SAM database will make a contractor ineligible for award. Contractors mat obtain information on registration and annual confirmation requirements via the internet at https://www.sam.gov/SAM/. Further, offerors are required to go on-line to the SAM website to complete their Online Representations and Certifications Application (ORCA) prior to the submittal of their proposal.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/7df4a6b037a2414aa340fa306a9da233/view)
 
Place of Performance
Address: Joint Interoperability Division, Building 718 and 757, Pope Army Airfield., Fort Bragg, NC 18310, USA
Zip Code: 18310
Country: USA
 
Record
SN05711934-F 20200708/200706230147 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.