DOCUMENT
R -- Credentialing Support Services for Center for Information Dominance - Attachment
- Notice Date
- 8/18/2015
- Notice Type
- Attachment
- NAICS
- 541330
— Engineering Services
- Contracting Office
- N00189 NAVSUP Fleet Logistics Center Norfolk Philadelphia Office 700 Robbins Avenue, Building 2B Philadelphia, PA
- Solicitation Number
- N001896192015
- Response Due
- 6/19/2015
- Archive Date
- 6/25/2015
- Point of Contact
- Ian Horwitz, 215-697-5149
- Small Business Set-Aside
- Competitive 8(a)
- Description
- Fleet Logistics Center Norfolk, Contracting Department, Philadelphia Office intends to procure services for the Center for Information Dominance (CID). This is a sources sought notice. The requirement is to provide services in program management support of CID and its Credentialing Program Office ™s COOL effort. Specifically, the services to be provided are support credentialing analysis, data collection, voluntary and CSWF/IAWF credentialing exam support, ITC credentialing exam support, and data maintenance efforts at Corry Station in Pensacola, FL. CID is in need of program management support in the analysis, integration, testing and documentation change, update support, and credentialing exam support to implement COOL. In order to accomplish the effort, the labor portion consists of a Project Manager (1920 hours per year) and a Program Analyst (7680 hours per year), who handle the purchasing, distribution, and management of the exam vouchers along with credentialing analysis etc. The exam vouchers consist of a wide variety of certifications for Navy/Marine service members to choose from. It is estimated that up to $3,000,000.00 per year in vouchers can be ordered. In addition to the labor, there are several travel requirements to different CONUS installations. The order will commence 30 days after award and will include a base year, and four option years beginning 01 October 2015 through 30 September 2016. This sources sought notice is for 8(a) vendors only. Interested parties may identify their interest and capability to respond to this notice. A firm-fixed price contract is anticipated that will consist of a one year base period, and four, one year option periods. Firms possessing the requisite skills, resources and capabilities necessary to perform the stated requirement are invited to respond to this source sought notice via the submission of a two (2) page capabilities statement. The statement should include the following information and reference the applicable notice number: 1. Company name, address, and point of contact with corresponding phone number and e-mail address; 2. DUNS number, Cage Code, business size and classification; 3. Description of the firm ™s ability to provide the services, including past performance information. If past performance information is provided, please include only relevant past performance on the same/similar work within the last five (5) years. This relevant past performance information should identify the applicable contract number; total contract dollar amount; capacity performed (Prime or Sub); contract period of performance; description of the relevant services provided AND the relevancy of the services to the proposed requirement; and a customer point of contact with corresponding telephone number and e-mail address (up to two references). Standard brochures and/or paraphrasing of this notice will not be considered sufficient to demonstrate the capabilities of an interested party. The government will consider and analyze all information received; formal responses will not be furnished, however the information may be utilized in the development of a final PWS and/or RFQ. THIS NOTICE IS NOT A REQUEST FOR PROPOSAL/QUOTES NOR DOES THIS NOTICE RESTRICT THE GOVERNMENT ™S ACQUISITION APPROACH. Information received as a result of this notice of intent will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. A determination by the Government not to compete this proposed procurement action based upon responses received is solely within the discretion of the Government. The Government will not pay for information submitted in response to this notice. The NAICS code is 541330. Responses are to be sent to the attention of Ian Horwitz at ian.horwitz@navy.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/FISCDETPHILA/N001896192015/listing.html)
- Document(s)
- Attachment
- File Name: N001896192015_PWS.pdf (https://www.neco.navy.mil/synopsis_file/N001896192015_PWS.pdf)
- Link: https://www.neco.navy.mil/synopsis_file/N001896192015_PWS.pdf
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: N001896192015_PWS.pdf (https://www.neco.navy.mil/synopsis_file/N001896192015_PWS.pdf)
- Record
- SN03843331-W 20150820/150818235635-97e16b84c9f94e04e35f23fdce5d4649 (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 |