Search Contract Opportunities

United States Naval Community College Partnerships

ID: N0018920RZ071 • Type: Synopsis Solicitation

Description

This is a COMBINED SYNOPSIS/SOLICITATION for commercial services prepared in accordance with the information in FAR Part 12 and FAR Part 16.5, as supplemented with the additional information included in this notice. Under full and open competition, NAVSUP Fleet Logistics Center Norfolk, 700 Robbins Avenue Philadelphia, PA 19111 intends to solicit for services on behalf of the Office of the Chief Learning Officer for Educational Services in support of the United States Naval Community College (USNCC).

The award of a firm-fixed price (FFP), Indefinite Delivery Indefinite Quantity (IDIQ), multiple award contract (MAC) is anticipated. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on https://beta.sam.gov/.

The primary purpose of this requirement is to develop partnerships between regionally accredited institutions and the Department of the Navy (DON) to establish a United States Naval Community College. The USNCC will be the primary means for the Naval Services to provide educational opportunities to the entire enlisted workforce to prepare for future challenges. The main features of the USNCC include conferring transferable and recognized associate level academic degrees and certifications as a fully accredited institution, providing flexible delivery methods to account for operational demands and technological constraints of a globally distributed workforce, developing academic programs in alignment with the organizational needs of the Navy and Marine Corps, and recognizing various forms of learning obtained through military technical and leadership training.

The institutions that are awarded contracts will be working with USNCC staff in order to administer the program. Using the attached Self-Certification Form, potential awardees must self-certify that they:

(1) Are included on the "Database of Accreditation Postsecondary Institutions and Programs found at: https://ope.ed.gov/dapip/#/search-results.

(2) Maintain regional accreditation;

(3) Offer an associate degree or undergraduate education in one of the following, or similar, subject areas:

a. Computer Science

b. Cyber Security

c. Applied Engineering

d. Data Analytics/Statistics

e. Organizational Leadership

f. Business Administration

g. Science

(4) Have at least one-year of experience in implementing and maintaining a pedagogical approach for online programs.

(5) Maintain a student advising system that supports students participating in distance learning programs through a variety of interface options.

(6) Acknowledge and concur that no mandatory advising or coaching in-person sessions are required for new students.

(7) For the past five years, (a) no misdemeanor or felony convictions in state or federal criminal cases; (b) no settlements or judgments from actions by state attorneys general; (c) no sanctions or reprimands from Departments of Education or Veteran's Affairs; and (d) no adverse actions from accreditation agencies for ethical misconduct.

The applicable North American Industry Classification System (NAICS) code is 611310 and the size standard is $30M. The applicable Product Service Code (PSC) is U009. The anticipated ordering period for this procurement is five (5) years beginning 01 August 2020 and ending 31 July 2025 with a period of performance extending until 31 July 2026.

To maximize the anticipated cost, management, and technical benefits derived from the competition of task orders issued under this Multiple Award, Indefinite Delivery/Indefinite Quantity (IDIQ) contract, the Government intends to add additional prime contractors over the life of this contract in order to sustain a competitive environment at the task order level by issuing an "on-ramp" solicitation for additional contract holders at any time the Government deems it to be in their best interest.

Offerors must be registered in the System for Award Management (SAM) database to be considered for award. Registration is free and completed online at located at https://www.sam.gov/SAM/.

Please direct any and all questions to LT Bobby Keating at Robert.g.keating@navy.mil.

Overview

Response Deadline
May 28, 2020, 3:30 p.m. EDT Past Due
Posted
May 14, 2020, 4:25 p.m. EDT (updated: May 18, 2020, 4:21 p.m. EDT)
Set Aside
None
Place of Performance
Not Provided
Source
SAM

Current SBA Size Standard
$34.5 Million
Pricing
Fixed Price
Est. Level of Competition
Average
Vehicle Type
Indefinite Delivery Contract
On 5/14/20 Naval Supply Systems Command issued Synopsis Solicitation N0018920RZ071 for United States Naval Community College Partnerships due 5/28/20. The opportunity was issued full & open with NAICS 611310 and PSC U009.
Primary Contact
Name
LT Bobby Keating   Profile
Phone
None

Documents

Posted documents for Synopsis Solicitation N0018920RZ071

Question & Answer

IDV Awards

Indefinite delivery vehicles awarded through Synopsis Solicitation N0018920RZ071

Contract Awards

Prime contracts awarded through Synopsis Solicitation N0018920RZ071

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Synopsis Solicitation N0018920RZ071

Similar Active Opportunities

Open contract opportunities similar to Synopsis Solicitation N0018920RZ071

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE NAVY > NAVSUP FLT LOG CTR PHILADELPHIA
FPDS Organization Code
1700-N00140
Source Organization Code
100243195
Last Updated
June 12, 2020
Last Updated By
PI33_DR_IAE_51681
Archive Date
June 12, 2020