SOLICITATION NOTICE
U -- Basic Underwater Demolition/SEAL (BUD/S) training and technical support services for the Naval Education and Training Security Assistance Field Activity (NETSAFA)
- Notice Date
- 8/14/2019
- Notice Type
- Synopsis
- NAICS
- 611519
— Other Technical and Trade Schools
- Contracting Office
- N00189 NAVSUP Fleet Logistics Center Norfolk Philadelphia Office 700 Robbins Avenue, Building 2B Philadelphia, PA
- ZIP Code
- 19111
- Solicitation Number
- N0018919RZ093
- Response Due
- 8/28/2019
- Archive Date
- 9/4/2019
- Point of Contact
- Jacob Gephart (215) 697-9699
- Small Business Set-Aside
- N/A
- Description
- NOTICE OF INTENT TO AWARD SOLE SOURCE. This is a sole source synopsis published for informational purposes only. The Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Norfolk (FLCN), Contracting Department, Detachment Philadelphia hereby provides notice of its intent to award a sole-source, firm-fixed-price (FFP) contract to the following firm: ---- Blue Oasis Group LLC (CAGE: 89TC2; DUNS: 008667663). The vendor ™s address is 43715 Burning Sands Terrace, Leesburg, VA, 20176-8485. The Government intends to solicit and negotiate with only one source pursuant to the authority of 10 U.S.C. 2304(c)(1), as implemented by FAR 6.302-1(a)(2): Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements. A Justification and Approval for the Use of Other Than Full and Open Competition has been prepared. The contractor will provide the following services: The Naval Education and Training Security Assistance Field Activity (NETSAFA) has an immediate requirement for training technical support services for Basic Underwater Demolition/SEAL (BUD/S) and related preparatory training to be performed in the Kingdom of Saudi Arabia (KSA). NETSAFA has an instant requirement to provide training and technical assistance with preparing prospective Ministry of Interior/Presidency of State Security (MOI/PSS) students requiring BUD/S training to prepare for entry into U.S. Navy CONUS based training courses. The courses related to BUD/S include, but are not limited to, Special Warfare Combatant Crewman (SWCC), Medical Department Dive Officer (MDO), Second Class Diver, and Naval Small Craft Instruction and Technical Training School (NAVSCIATTS) courses. More details of the Government ™s requirement were contained in the PWS provided as a part of the Sources Sought synopsis of the same posting number, N0018919RZ093. The anticipated effort will include a 12-month base period as well as one (1), 12-month option term. NAICS Code: 611519, Other Technical and Trade Schools (Size Standard: $15 Million). The resulting contract will be priced on a monthly basis. FOB Destination applies. Performance is anticipated to occur in Riyadh, Saudi Arabia as well as at Lackland Air Force Base, Texas. Interested parties may identify their interest and capability to respond to the requirement. THIS NOTICE OF INTENT IS NOT A REQUEST FOR COMPETITIVE PROPOSALS. All responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency. A determination not to compete this requirement, based upon responses to this notice, is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. The Government will NOT be responsible for any costs incurred by interested parties in responding to this notice of intent. Only written responses will be considered. Any prospective contractor must be registered in the System for Award Management (SAM) in order to be eligible for award. Interested parties are encouraged to furnish information. No documents submitted will be returned. By submitting capability information, the submitting firm is self-certifying that neither the requestor nor the principal corporate officials and owners are currently suspended, debarred, or otherwise ineligible to receive contracts from any federal agency. All interested parties shall submit clear and convincing documentation demonstrating their capabilities to satisfy the requirements listed above to the point of contact listed at the end of this posting. The capability documentation should include general information and technical background describing in detail the prospective contractor ™s capabilities and experience that will demonstrate the ability to support these requirements. Interested parties shall identify their interest and capability to respond to this requirement in writing (i.e., via email) to the point of contact listed below no later than 28 August 2018, 12PM Eastern Standard Time (EST). Point of Contact: Jacob Gephart, Code 260.2G, Contract Specialist (e-mail: jacob.gephart@navy.mil). NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (14-AUG-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link To Document
(https://www.fbo.gov/spg/DON/NAVSUP/FISCDETPHILA/N0018919RZ093/listing.html)
- Record
- SN05404369-F 20190816/190814230015 (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 |