United States - R--ASN(RD and A) War Room Requirement

For more information and to make a bid you will need to go to the third party website.

Details

Provided by Open Opps
Opportunity closing date
15 October 2019
Opportunity publication date
03 October 2019
Value of contract
to be confirmed
Your guide to exporting
Report opportunity

Description

Added: Oct 02, 2019 2:15 pm

This is a Sources Sought Synopsis announcement; market survey for information only, to be used for preliminary planning purposes. No proposals are being requested or accepted with this synopsis. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT SHALL BE AWARDED FROM THIS SYNOPSIS.

The NAVSUP Fleet Logistics Center Norfolk, Contracting Department, Philadelphia Office has a requirement for War Rooms, workshops, and just-in-time training to support acquisition workforce (AWF) initiatives for The office of the Assistant Secretary of the Navy for Research, Development, and Acquisition (ASN(RDA and A)).

The ASN(RDA) War Rooms should be located at the contractor’s facility, no more than a thirty (30) minute average transit time from the Pentagon, Washington, DC.

The War Rooms should consist of one (1) room that is at least 460 square feet with an Oblong Mezzanine System with at least eighteen (18) displays and seating for at least twenty-five (25) people, one (1) room that is at least 320 square feet, and a conference room that is at least 600 square feet. Additionally, the war room facility should be able to receive, store, generate, and display Classified Information, up to and including the SECRET-level, and Controlled Unclassified Information, such as Personally Identifiable Information:

The workshops and training should be instructor led and cover senior-career level topics including, but not limited to, the National Defense Strategy, naval history, program management challenges and lessons learned from major defense acquisition programs, shipbuilding and modernization, and the health of the AWF.

This SOURCES SOUGHT SYNOPSIS is a Government effort in accordance with Part 10 of the Federal Acquisition Regulation to conduct Market Research to support potential future planning initiatives through data collection.

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 Section 8(a), Historically Underutilized Business Zones (HUB-Zone), and Service-Disabled Veteran-Owned Small Business (SDVOSB) to compete and perform a Firm Fixed Price Contract.

Responses to this posting shall provide a summary of their company’s capabilities including a brief synopsis of their company’s technical and acquisition capability, past experience (if any) providing similar training or facilities, and a description of facilities and personnel.

Capabilities should also state whether or not the company will be the provider of the facilities and workshop/training instructors or if it will subcontract all or a portion of the requirement. If applicable, indicate what percentage of space and/or personnel it will subcontract, describing any anticipated teaming arrangements. Within your response please include your organization name, address, point of contact, telephone number, email address, business size(and any socio-economic considerations such as 8a, Service Disabled Veteran-Owned, HubZones, and Women-Owned small business), NAICS code, DUNs number, and CAGE Code.

All submissions must be received by 3:00 PM EST on 15 October 2019.

Responses to the Sources Sought are required to be provided by email to Sean M. Bennett at email address sean.m.bennett@navy.mil.

If a solicitation is released, it will be synopsized on the Federal Business Opportunities (FedBizOpps) website at http://www.fedbizopps.gov/ and the Navy Electronic Commerce Online (NECO) website at www.neco.navy.mil. It is the responsibility of potential quoters to monitor these sites for additional information pertaining to this potential requirement.

Opportunity closing date
15 October 2019
Value of contract
to be confirmed

About the buyer

Address
Department of the Navy NAVSUP Fleet Logistics Center Norfolk Philadelphia Office United States

The deadline to apply for this opportunity has passed.
Visit the opportunities page to find another.

Is there anything wrong with this page?