SOLICITATION NOTICE
U -- Pre-Solicitation - NNSY Change Management Training & Certification Services
- Notice Date
- 5/21/2025 10:35:20 AM
- Notice Type
- Presolicitation
- NAICS
- 611430
— Professional and Management Development Training
- Contracting Office
- NORFOLK NAVAL SHIPYARD GF PORTSMOUTH VA 23709-1001 USA
- ZIP Code
- 23709-1001
- Solicitation Number
- N4215825-100TO
- Response Due
- 5/28/2025 9:00:00 AM
- Archive Date
- 05/28/2025
- Point of Contact
- Crystal Porter, Phone: 7573968366, Audrey Franklin, Phone: 757-396-8364
- E-Mail Address
-
crystal.p.porter.civ@us.navy.mil, audrey.m.franklin2.civ@us.navy.mil
(crystal.p.porter.civ@us.navy.mil, audrey.m.franklin2.civ@us.navy.mil)
- Description
- Naval Sea Systems Command (NAVSEA), Norfolk Naval Shipyard (NNSY) intends to award a Firm Fixed Price (FFP) contract for Change Management Training & Certification services per the statement of work. The required education/training service is for commercial services prepared in accordance with the information in FAR part 13, as supplemented with the additional information included in this notice. The North American Industry Classification Standard (NAICS) code applicable to this procurement is 611430. The SBA standard is $15.0M. The Product Service Code is U008. This requirement is SOLE SOURCED to Prosci, Inc., Fort Collins, Colorado. The period of performance for this acquisition is anticipated to begin date of award plus 364 days. This announcement will close on 28 May-2025 at 12:00pm, EST. A Sources Sought Synopsis was previously posted to SAM.gov on 27 November 2024 titled, �Sources Sought - NNSY Change Management Training & Consulting Services� to determine if any other sources were capable of performing this requirement. Numerous responses were received. Multiple vendors stated that they plan to utilize Prosci��s ADKAR� Model and/or recruit ADKAR Prosci-certified practitioners to provide the training. However, it is important to acknowledge that Prosci, Inc. is the only vendor that maintains the intellectual property of the ADKAR� change management process. Prosci maintains exclusive proprietary rights to license its methodology, materials, and tools. No other vendors are authorized to provide certification courses or license materials based on the Prosci model. NNSY intends to award a firm-fixed sole source contract to Prosci for training, workshops, and materials for enterprise change management services through the use and access of intellectual property via online electronic portal services, onsite instruction via workshops, and instructional classroom training with contractor supplied training materials by qualified trainers in change management. The contractor will facilitate the following courses: Train-the-Trainer (Level 1 Certification) Train-the-Trainer (Level 2 Certification), Prosci Practitioner Certification ADKAR-Model Mastery Level-1 ADKAR Model Mastery Level-2. The solicitation, any documents related to this procurement, and all amendments issued will be in electronic form at https://www.sam.gov. The solicitation number N42158-25-Q-N028. A determination by the Government for the competition of this requirement based upon responses to this notice is solely within the discretion of the Government. If you believe that your company is capable of performing this contract: All responsible sources or authorized distributors may submit a capability statement that meets all the requirements outlined as requested in the previous Sources Sought Announcement Notice ID N4215825-100TO. Responses should be emailed to Crystal Porter at Crystal.P.Porter.civ@us.navy.mil and Audrey Franklin at audrey.m.franklin2.civ@us.navy.mil by 12:00 PM on Wednesday 28 May 2025. Only responses received by this date will be considered. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. All responsible sources may submit a response which shall be considered by the Government. By submitting a response, the offeror will be self-certifying that neither the principal corporate officials nor 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 response. By submission of a proposal, the offeror acknowledges the requirement that a prospective awardee must be registered in the System for Award Management (SAM) database prior to award, during performance, and through final payment of any contract resulting from the solicitation, except for awards to foreign vendors for work to be performed outside the United States. Lack of registration in the SAM database will make an offeror ineligible for the award. Offerors may obtain information on registration and annual confirmation requirements by calling 1-866-606-8220, or via the Internet at https://Sam.gov . Please direct all questions regarding this requirement to Contracting Office Address: Fleet Support Services Branch Norfolk Naval Shipyard Bldg. 65, 2nd Floor Portsmouth, VA 23709-5000 Place of Performance: Norfolk Naval Shipyard
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/cea4fa89e42246f78eb98e1af326ddf1/view)
- Place of Performance
- Address: Portsmouth, VA 23709, USA
- Zip Code: 23709
- Country: USA
- Zip Code: 23709
- Record
- SN07450948-F 20250523/250521230044 (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 |