SOLICITATION NOTICE
R -- Continuous Process Improvement for CNATRA
- Notice Date
- 3/7/2024 10:41:06 AM
- Notice Type
- Presolicitation
- NAICS
- 541330
— Engineering Services
- Contracting Office
- NAVSUP FLT LOG CTR JACKSONVILLE JACKSONVILLE FL 32212-0097 USA
- ZIP Code
- 32212-0097
- Solicitation Number
- N6883624R0005
- Response Due
- 2/29/2024 9:00:00 AM
- Archive Date
- 03/15/2024
- Point of Contact
- Laura Donson
- E-Mail Address
-
laura.j.donson.civ@us.navy.mil
(laura.j.donson.civ@us.navy.mil)
- Description
- N6883624R0005 - SOLE SOURCE - CONTINUOUS PROCESS IMPROVEMENT SERVICES� The Naval Supply (NAVSUP) Systems Command, Fleet Logistics Center Jacksonville (FLCJ), FL has a requirement for non-personal professional, technical and management supports services for�Continuous Process Improvement (CPI) by specifically identifying continuing requirements for coaching and hands on implementation of embedded CPI methodologies and tools to provide the support CNATRA requires to drive Just in Time training linked to Naval Aviation Enterprise (NAE) goals. This contract will sustain the NAPP production management process by supporting Commander Naval Air Forces (CNAF), CNATRA, US Marine Corps Training Command, Training Air Wings and individual Task Groups. The contractor shall support the members of the Naval Aviator Production Team (NAPT), to implement changes, develop and analyze the metrics package provided, prioritize those barriers that require NAPT�action, and provide support in development of barrier removal action plans and escalation packages to affect barrier removal in accordance with established NAPP practices. the contractor will therefore focus on high-level management processes to include continued support of senior leadership, CPI, change management techniques and methods, and provide consistent program oversight, interpretation, and analysis of established metrics and measurements. The foundation for lasting change is a disciplined management process that drives the training organizations to the correct enterprise behaviors. In view of the constant turnover in active-duty participants, it is incumbent on the contractor to have the ability to rapidly identify departures from proven practices and be able to mentor senior leadership on the value of standardized processes and metrics. Keeping the advantages of using the CPI tools foremost in the thinking of production unit managers, as well as new personnel with no prior experience in NAPP, the contractor will promote institutionalization of these concepts and methodologies. NAVSUP FLCJ intends to award a Cost-Plus-Fixed-Fee (CPFF) bridge contract for a maximum 12 month period of performance with CACI, Inc - Federal.� The package for a follow-on contract was not ready with sufficient time to conduct a follow-on procurement; therefore, there is not sufficient time to conduct the acquisition process as well as allow an adequate transition period prior to the expiration of existing contract on 16 March 2024 (N0018921F3015). Chief of Naval Air Training (CNATRA) requires these critical support services to continue during the time period 17 March 2024 through the time the follow contract begins.� The proposed contract action is for services which the Government intends to solicit and negotiate with one source, CACI Inc. - Federal, under statutory authority 10 U.S.C. 2304(c)(1) as implemented by FAR 6.302-1. The basis for restricting competition is the unacceptable lapse in support services. CACI Inc - Federal is the only vendor capable of continuing to provide the Navy uninterrupted services.�All responsible sources may submit a capability statement or proposal which shall be considered by the agency. However, a determination by the Government not to compete this proposed contract based upon responses to this solicitation is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of re-evaluating the justification for sole source or limitation of sources and making a determination to change the acquisition strategy to a competitive procurement. The Solicitation and amendments for this sole source action will not be posted to sam.gov and are available only from the POC identified below. A formal solicitation will not be issued. This notice of intent is not a request for competitive proposals. A determination by the Government not to compete this proposed effort based upon responses to this notice is solely within the discretion of the Government. Interested entities may identify their interest and capability to respond to the requirement. Direct questions to the point of contact for this notice. Please reference the last four digits of the solicitation number when responding to this notice.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/a5afc98a49fd41a3a1121358ef2781b3/view)
- Place of Performance
- Address: Pensacola, FL, USA
- Country: USA
- Country: USA
- Record
- SN06989166-F 20240309/240307230042 (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 |