Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 14, 2025 SAM #8509
SOURCES SOUGHT

U -- Water Front Training Delivery (WFTD) Programs

Notice Date
3/12/2025 12:30:19 PM
 
Notice Type
Sources Sought
 
NAICS
611420 — Computer Training
 
Contracting Office
NAVSUP FLT LOG CTR NORFOLK NORFOLK VA 23511-3392 USA
 
ZIP Code
23511-3392
 
Solicitation Number
N1OPNAV20250178
 
Response Due
3/19/2025 2:00:00 PM
 
Archive Date
04/03/2025
 
Point of Contact
Dennis Aquino 215-697-3244
 
E-Mail Address
dennis.aquino@navy.mil
(dennis.aquino@navy.mil)
 
Description
This SOURCES SOUGHT SYNOPSIS is a Government effort in accordance with Part 10 of the Federal Acquisition Regulation to conduct Market Research. The Naval Supply Systems Command (NAVSUP) Fleet Logistics Center (FLC) Norfolk Contracting Department, Pentagon Directorate intends to procure Information Technology instructor services for the Center for Information Warfare Training (CIWT) for its Water Front Training Delivery (WFTD) Programs. The purpose of the effort: The vendor shall be prepared to deliver various shipboard systems� instruction and Technical Training Equipment (TTE), Subject Matter Experts (SME) in the IT training continuum COI known as the Water Front Training Delivery program, located in Corry Station, Pensacola, FL; Norfolk, VA; Dam Neck, VA; San Diego, CA; Rota, Spain; Pearl Harbor, HI and Groton, CT. The performance-based support will involve: � Training Support: Provide support for CIWT Training Directorate. This may include developing custom training material, delivery of training sessions, and evaluate the effectiveness of training. � Technical Support: Provide technical assistance and guidance to help ensure the successful delivery of training. May include troubleshooting technical issues, provide technical advice, and maintaining technical equipment. � Delivery of Learning and Performance Solutions: Deliver monthly report on Sites by the last working day of the month, trip reports are to be submitted within 5 business days. Course completion reporting and training metrics after every training event. Offer learning and performance solutions to support Waterfront Training Delivery (WFTD). This may include support of routine and emergent tasks/reports, receiving/shipping material/equipment, and other tasks as required. During the period of performance, status reporting and financial reporting shall be closely coordinated with the Contracting Officer�s Representative (COR). Regular updates on the progress of the project will be provided to the COR, along with detailed financial reports. The goal is to ensure that the project stays on track and within budget A draft copy of the Performance Work Statement (PWS) is provided with this synopsis. Responses to this posting shall provide a summary of their company�s capabilities including organization name, address, description of facilities, personnel, and past experience; a point of contact, telephone number, email address, business size, DUNs number, CAGE Code; a thorough description of supplies/services that can be provided; and a list of the firm�s existing Government contract vehicles under which the instant procurement might be fulfilled. All submissions must be received by 5:00pm EST on 19 March 2025. Responses to the Sources Sought are required to be provided by email to Dennis Aquino at Dennis.a.aquino2.civ@us.navy.mil This announcement is issued solely for information and planning purposes. It does not constitute a solicitation (Request for Proposal or Request for Quotations) or a promise to issue a solicitation in the future. This announcement does not commit the Government to contract for any supply or service whatsoever. Furthermore, we are not at this time seeking proposals. Responders are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this announcement. All costs associated with responding to this announcement will be solely at the responding party�s expense. All information received in response to this SOURCES SOUGHT SYNOPSIS that is marked PROPRIETARY will be handled accordingly. The Government shall not be liable or suffer any consequential damage for any proprietary information not identified. Proprietary information or trade secrets shall be clearly identified. Responses to this notice are not offers and cannot be accepted by the U.S. Government to form a binding contract or agreement. The Navy will not be obligated to pursue any particular acquisition alternative as a result of the announcement. Responses to the announcement will not be returned. Not responding to the announcement does not preclude participation in any future solicitation, if one is issued. No solicitation document exists at this time. The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of various interested business including but not limited to members of the Small Business Community such as small business, 8(a) participants, HUBZone small business concerns, service-disabled veteran-owned small business concerns, and economically disadvantaged women-owned small business (EDWOSB) concerns and women-owned small business (WOSB) concerns eligible under the WOSB Program. It is the responsibility of potential quoters to monitor these sites for additional information pertaining to this potential requirement. The resultant action is for commercial items. The period of performance shall be comprised of a one base year and four separate one-year option periods, plus a six-month option pursuant to FAR 52.217-8. Option periods shall be exercised separately by the contracting officer. The contractor shall be prepared to deliver various shipboard systems� instruction and Technical Training Equipment (TTE), Subject Matter Experts (SME) in the IT training continuum COI known as the Water Front Training Delivery program. A firm fixed price (FFP) Type-A contract is anticipated. It is anticipated that the solicitation will be issued in late April 2025. The applicable North American Industry Classification System (NAICS) Code is 611420 and the Small Business Size Standard is 16 (millions of dollars). Interested persons are requested to identify their interest and capability to respond to the requirement. Any information received will be reviewed by NAVSUP FLC Norfolk Contracting Department, Pentagon Office. A determination by the Government not to compete the proposed contract action based upon responses to this notice is solely within the discretion of the Government. Offerors possessing the requisite skills, resources, and capabilities necessary to provide the item are invited to respond to this marketing research survey/sources sought via a submission of an executive summary, no more than three (3) pages in length, which addresses the firms experience in providing the item. The submission should include the following information: (1) company name, address, point of contact with corresponding phone number, e-mail address, business size under NAICS 611420, and (2) relevant corporate experience references. This relevant corporate experience information should identify the applicable contract number; the total contract dollar amount; contract period of performance/delivery; a brief description of the services performed/item supplied; and customer point of contact with corresponding telephone number and e-mail address. The point of contact for this announcement is Dennis Aquino who may be reached at dennis.a.aquino2.civ@us.navy.mil Contracting Office Address: N00189 NAVSUP Fleet Logistics Center Norfolk, Philadelphia Office 700 Robbins Avenue, Building 2B Philadelphia, PA 19111
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/4061b2947016412dbfd91d12d51f9a33/view)
 
Place of Performance
Address: Pensacola, FL, USA
Country: USA
 
Record
SN07370081-F 20250314/250312230046 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.