Search Contract Opportunities

Engineering Contractor Instructor Services (ECIS) - Sources Sought   5

ID: N6134021R0048 • Type: Sources Sought
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Draft a sources sought response template for this opportunity
Do the documents mention an incumbent contractor?
Does this contract have any security clearance requirements?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

Posted: Feb. 1, 2021, 2:54 p.m. EST

2/1/21 Update: Attachment 1 has been updated.

This effort was previously synopsized under Notice ID N6134020R0098.

The Department of the Navy, Naval Air Warfare Center Training Systems Division (NAWCTSD), Orlando, FL, is seeking potential sources with the ability to provide Contractor Instructional Services (CIS) requirements for providing Fire Fighting Training (FFT) and Damage Control Training (to include high risk training) and specialized engineering course(s) related to Administrative/Safety/Management support services for formalized Naval training under the Course Curriculum Model Manager (CCMM) for Surface Warfare School Command (SWSC) and NAVSEA PMS 339. The SWSC and PMS 339 training sites covered by this contemplated award are San Diego, CA; Norfolk, VA; Great Lakes, IL; Pearl Harbor, HI and Newport, RI.

The Government will provide all required course content, equipment and facilities to accomplish the training. The anticipated services to be provided are delivery of Contractor Instructional training as well as the scheduling and coordination of training events through the administration of management and adhoc reporting. CIS will provide technical and military training for officer and enlisted personnel of the U.S. and allied Navies temporarily assigned for training in Fleet Concentration Areas (FCAs). The training will provide classroom, lab and simulator instruction, assessment of competence in specific subject areas, student critiques and utilizing/operating government furnished firefighting simulators and other computer based training systems and associated curriculum.

See Attachment 1 for a sample of the covening courses.

The Contractor Instructional Services are currently being provided by Prevailance, Inc. under Contract Number: N61340-19-C-0007.

It is anticipated that a Firm-Fixed-Price (FFP), C-type contract will be awarded. The Period of Performance (POP) of this contract is 60 months, inclusive of a one (1) base year and four (4) 12-month options. Start of contractor performance will be on or about 1 March 2022 inclusive of a mobilization period. North American Industry Classification Systems (NAICS) Code is 611519; Other Technical and Trade Schools, size standard $16.5 million.

This acquisition is anticipated to be conducted in accordance with FAR 6.2, Full and Open Competition after Exclusion of Sources.

Based on historical information and a preliminary risk assessment conducted by NAWCTSD, this requirement is expected to be a competitive Service Disabled Veteran Owned Small Business (SDVOSB) set aside. The Government consolidated work that previously was performed by multiple small businesses. For the past four (4) years, this consolidated work has been provided successfully by one small business. Additionally, there is minimal risk for small businesses performing CIS with few training sites, routine tasking and minimal variances in the instructional skill set. Please note, the Government reserves the right to modify the appropriate set aside category based on results of the market research.

Firms that believe they can demonstrate the capabilities required based on the requirements described in this Sources Sought Notification (SSN) posting shall provide a written response to this announcement consisting of the following:

1) A submission of your firm's detailed capabilities to meet the requirements listed above,

2) Past and/or current performance on similar contracts (include contract number, dollar value, brief description of scope, and point of contact name, job title, phone number, and email address). Brevity of extraneous information is desired. Please limit past and/or current performance to the last 3 years; and

3) A statement identifying your firm's business size and all socioeconomic categories applicable for the NAICS code 611519 and company profile to include number of employees, office locations, CAGE code, and DUNS number.

4.) Respondents to this notice also must indicate whether they qualify as a Small Business, Disadvantaged, Women-Owned, HUBZone, or SDVOSB Concern. The Government will evaluate the submission of this data in determining an appropriate acquisition strategy.

5.) If you are a small business interested in being the prime contractor for this effort, please be advised that the FAR 52.219-14 Limitations on Subcontracting clause has changed. Deviation 2020-O0008 is now in effect which includes the definition of Similarly Situated Entity and provides a revised methodology for the 50% calculation for compliance with the clause. Small business primes may count first tier subcontracted work performed by similarly situated entities as if it were performed by the prime itself. Please read the full text of the clause deviation (52.219-14 Class Deviation 2020-O0008 rev 1 dated 04/03/20 at https://www.acq.osd.mil/dpap/policy/policyvault/USA000735-20-DPC.pdf). If you are planning to utilize Similarly Situated Entities to meet the Limitations on Subcontracting, please identify the name & CAGE Code of the specific firm(s) you intend to partner/subcontract with to meet the requirements as well as their small business size status under the NAICS that you as the prime would assign for their workshare.

Note to Responders

This announcement is published for PLANNING PURPOSES ONLY. It does not constitute a solicitation and shall not be construed as a commitment by the Government. Responses in any form are not offers and the Government is under no obligation to award a contract as a result of this announcement. All information shall be furnished at no cost or obligation to the Government, and no basis for claims against the Government shall arise as a result of a response to this SSN. Verbal submissions via phone will not be honored. Information and materials submitted in response to this request WILL NOT be returned. Classified material SHALL NOT be submitted. All data received in response to this SSN that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government.

Detailed written capabilities shall be electronically submitted to the Contract Specialist, Danielle Walker, at Danielle.Walker@navy.mil, with a copy to Procuring Contracting Officer (PCO), Shannon Walyus, at Shannon.Walyus@navy.mil, no later than 1600, Eastern Daylight Time (EDT), on 15 FEB 2020.

Questions concerning this requirement should be directed to the Contract Specialist, Danielle Walker, via email Danielle.Walker@navy.mil or by telephone at (407) 380-8073.

Posted: Feb. 1, 2021, 2:34 p.m. EST
Background
The Department of the Navy, Naval Air Warfare Center Training Systems Division (NAWCTSD), Orlando, FL, is seeking potential sources with the ability to provide Contractor Instructional Services (CIS) requirements for providing Fire Fighting Training (FFT) and Damage Control Training (to include high risk training) and specialized engineering course(s) related to Administrative/Safety/Management support services for formalized Naval training under the Course Curriculum Model Manager (CCMM) for Surface Warfare School Command (SWSC) and NAVSEA PMS 339. The Government will provide all required course content, equipment and facilities to accomplish the training. The anticipated services to be provided are delivery of Contractor Instructional training as well as the scheduling and coordination of training events through the administration of management and adhoc reporting. CIS will provide technical and military training for officer and enlisted personnel of the U.S. and allied Navies temporarily assigned for training in Fleet Concentration Areas (FCAs). The training will provide classroom, lab and simulator instruction, assessment of competence in specific subject areas, student critiques and utilizing/operating government furnished firefighting simulators and other computer based training systems and associated curriculum.

Work Details
The Department of the Navy is seeking potential sources with the ability to provide Contractor Instructional Services (CIS) requirements for providing Fire Fighting Training (FFT) and Damage Control Training (to include high risk training) and specialized engineering course(s) related to Administrative/Safety/Management support services for formalized Naval training under the Course Curriculum Model Manager (CCMM) for Surface Warfare School Command (SWSC) and NAVSEA PMS 339.

Period of Performance
The Period of Performance (POP) of this contract is 60 months, inclusive of a one (1) base year and four (4) 12-month options. Start of contractor performance will be on or about 1 March 2022 inclusive of a mobilization period.

Place of Performance
The SWSC and PMS 339 training sites covered by this contemplated award are San Diego, CA; Norfolk, VA; Great Lakes, IL; Pearl Harbor, HI and Newport, RI.

Overview

Response Deadline
Feb. 15, 2021, 4:00 p.m. EST Past Due
Posted
Feb. 1, 2021, 2:34 p.m. EST (updated: Feb. 1, 2021, 2:54 p.m. EST)
Set Aside
Service Disabled Veteran Owned Small Business (SDVOSBC)
Place of Performance
United States
Source
SAM

Current SBA Size Standard
$21 Million
Pricing
Fixed Price
Est. Level of Competition
Low
Odds of Award
61%
Signs of Shaping
69% of obligations for similar contracts within the Department of the Navy were awarded full & open.
On 2/1/21 NAWC Training Systems Division issued Sources Sought N6134021R0048 for Engineering Contractor Instructor Services (ECIS) - Sources Sought due 2/15/21. The opportunity was issued with a Service Disabled Veteran Owned Small Business (SDVOSBC) set aside with NAICS 611519 (SBA Size Standard $21 Million) and PSC U006.
Primary Contact
Name
Danielle Walker   Profile
Phone
(407) 380-8073

Secondary Contact

Name
Shannon Walyus   Profile
Phone
(407) 380-4628

Documents

Posted documents for Sources Sought N6134021R0048

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

Opportunity Lifecycle

Procurement notices related to Sources Sought N6134021R0048

Award Notifications

Agency published notification of awards for Sources Sought N6134021R0048

Contract Awards

Prime contracts awarded through Sources Sought N6134021R0048

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Sources Sought N6134021R0048

Similar Active Opportunities

Open contract opportunities similar to Sources Sought N6134021R0048

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE NAVY > NAVAIR > NAVAIR NAWC TSD > NAWC TRAINING SYSTEMS DIV
FPDS Organization Code
1700-N61340
Source Organization Code
500045708
Last Updated
March 2, 2021
Last Updated By
danielle.walker@navy.mil
Archive Date
March 2, 2021