U.S. Coast Guard FY24 Senior Exec Accountability and Transparency Review (ATR) Implementation Summit
ID: 70098PR240008787Type: Special Notice
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFUS COAST GUARD COAST GUARD

PSC

EDUCATION/TRAINING- GENERAL (U009)
Timeline
    Description

    Special Notice: U.S. Coast Guard FY24 Senior Exec Accountability and Transparency Review (ATR) Implementation Summit

    The U.S. Coast Guard, under the Department of Homeland Security, is proposing a sole-source contract action for the Coast Guard Senior Executive Accountability and Transparency Review Implementation Summit Support. The procurement will be awarded to the Rape, Abuse, and Incest National Network (RAINN), located in Washington, D.C.

    RAINN is being selected as the sole source due to their expertise in providing comprehensive sexual assault trainings for professionals and volunteers nationwide. They offer various training modules, including Sexual Assault 101, Understanding Trauma Responses, and Basics of Crisis Intervention. RAINN has been recognized as a national leader in sexual assault education and crisis intervention services, providing guidance to the Department of Justice (DoJ) on best practices for online and technology services.

    Interested vendors may submit their capabilities and qualifications to perform the effort in writing to the identified point of contact by 8 a.m. EST on January 12, 2024. The Government will consider all responsible sources for this procurement. This notice of intent is not a Request for Quotation (RFQ) for competitive quotes.

    For more information, please contact Bobbi J. Forbes at bobbi.j.forbes1@uscg.mil, referencing the solicitation number.

    Point(s) of Contact
    Similar Opportunities
    Notice of Intent to Solicit Sole Source - MEPS Generator and ACU Components
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, intends to award a sole source contract for the procurement of MEPS Generator and ACU components from Mobile Electric Power Systems, Inc. This acquisition is critical for supporting the U.S. Coast Guard's Response Boat Medium (RB-M) vessels, ensuring they are equipped with Original Equipment Manufacturer (OEM) parts necessary for operational readiness. The contract is anticipated to be a one-time purchase, with delivery expected within 90-120 days of award, and will follow the Federal Acquisition Regulations for commercial products and services. Interested vendors may submit capability statements to Tracy L. Jacobs at tracy.l.jacobs@uscg.mil by 2:00 PM ET on November 4, 2024, for consideration, although this notice does not constitute a request for competitive proposals.
    Small Business Opportunities FY-24 Q4 / USCG C5I Service Center
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard's C5I Division 3 in Portsmouth, Virginia, has issued a special notice regarding small business opportunities for IT and telecommunications services. This notification serves to inform potential vendors about the designated points of contact for small business inquiries, rather than announcing a specific contracting opportunity. The services sought are critical for enhancing the Coast Guard's operational capabilities and ensuring effective communication and information technology support. Interested small businesses can reach out to Rick Petersen at rick.d.petersen@uscg.mil or 757-295-2270, or Tanika Posey at tanika.l.posey@uscg.mil or 703-417-5568 for further information.
    US Coast Guard Ambulatory Clinic Accreditation Services
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard (USCG), is seeking qualified organizations to provide ambulatory clinic accreditation services as part of a Request for Information (RFI) for an upcoming FY25 requirement. The USCG operates outpatient health care clinics across the contiguous United States, Alaska, Hawaii, and Puerto Rico, and requires external accreditation to ensure compliance with TRICARE and Department of Defense standards, focusing on quality and process improvement in patient care. Interested organizations must demonstrate their ability to provide accreditation services aligned with Health and Human Services standards and submit detailed information regarding their capabilities, experience, and processes by the specified deadline. For inquiries, contact Michael A. Bumgardner at Michael.A.Bumgardner@uscg.mil or call 919-619-4838.
    USCG REGIONAL MULTIPLE AWARD CONSTRUCTION CONTRACT (RMACC III)
    Active
    Homeland Security, Department Of
    The Department of Homeland Security's U.S. Coast Guard is seeking qualified small businesses for the Regional Multiple Award Construction Contract (RMACC III), aimed at providing General Construction Services across the United States, Puerto Rico, Guam, and the U.S. Virgin Islands. This initiative is designed to identify capable contractors for a range of construction projects, with a total projected capacity of up to $4 billion, covering individual project estimates from $250,000 to $15 million. The RMACC III emphasizes the importance of small business participation in enhancing construction efficiency and will facilitate various construction needs, including building construction and infrastructure development. Interested contractors must submit their capabilities and responses by November 12, 2024, to the designated RMACC mailbox, with inquiries directed to Cheryl Berry at Cheryl.A.Berry@uscg.mil or by phone at 206-815-5287.
    Notice of Intent to Award a Sole Source Contract
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Air Warfare Center (NAWC-AD), intends to award a sole source contract to the College of Southern Maryland (CSM) for the support of Educational and Recruitment Strategies in collaboration with the University of Maryland and other academic institutions. This contract, which will be executed under FAR 13.501 Simplified Acquisition Procedures, aims to enhance research and educational program development for the period from November 1, 2024, to October 31, 2025. The decision to pursue a sole source award is based on market research conducted by the government, which retains discretion over competitive requirements. Interested parties may submit capability statements to the designated Contracting Officer, Aimee Raley, at aimee.k.raley.civ@us.navy.mil, within seven calendar days of this notice for consideration.
    Recovery Care Management Support Services
    Active
    Dept Of Defense
    The Department of Defense, specifically the Navy Expeditionary Combat Command (NECC), is seeking qualified sources to provide Recovery Care Management (RCM) Support Services as outlined in a Sources Sought Notice. The objective is to engage subject matter experts for non-clinical project management, analysis, and advocacy services aimed at enhancing the quality of life for wounded warriors and their families, addressing the psychological and physical challenges faced by NECC personnel. This initiative is crucial for ensuring comprehensive recovery support, leveraging insights from established military recovery programs. Interested parties must submit their capabilities statements by 10:00 a.m. Eastern Time on November 1, 2024, to Sherell Brown at sherell.g.brown.civ@us.navy.mil and Morgan Olszak at morgan.e.olszak.civ@us.navy.mil, with performance anticipated to commence on February 23, 2025, under a firm-fixed-price contract structure.
    U--Notice of Intent to Sole Source - Humidity Control: Principles and Applications and Complying with Standard 90.1-2013 Training, ASHRAE, Inc.
    Active
    Dept Of Defense
    Notice of Intent to Sole Source - Humidity Control: Principles and Applications and Complying with Standard 90.1-2013 Training, ASHRAE, Inc. The Department of Defense, specifically the Department of the Navy, through the Naval Facilities Engineering Command, intends to award a sole source contract to the American Society of Heating Refrigerating and Air Conditioning Engineers, Inc. (ASHRAE). The contract is for the provision of two ASHRAE courses: Humidity Control: Principles and Applications, and Complying with Standard 90.1-2013. These courses will be conducted at six different locations: NAVFAC NW (Silverdale, WA), NAVFAC Atlantic (Norfolk, VA), NAVFAC Pacific (Pearl Harbor, HI), NAVFAC SE (Jacksonville, FL), NAVFAC Washington (Washington, DC), and NAVFAC SW (San Diego, CA). The purpose of this procurement is to provide training on humidity control principles and applications, as well as compliance with Standard 90.1-2013. These courses are essential for ensuring proper HVAC system operation and energy efficiency in various naval facilities across the country. The training will equip personnel with the necessary knowledge and skills to effectively manage humidity levels and comply with industry standards. This procurement falls under the Special Notice category and meets the conditions of FAR 13.106-1(b)(1), which allows for a sole source contract when only one responsible source is reasonably available to provide the required supplies. It is important to note that this Notice of Intent is not a request for Expressions of Interest (EOIs), proposals, or quotations. No solicitation documentation exists, and no telephone inquiries will be accepted. The North American Industry Classification System (NAICS) Code for this procurement is 611430, Professional and Management Development Training. The Small Business size standard is $11 million. ASHRAE, being a large business, is the identified source for this requirement. Interested parties may submit a statement of capabilities if they believe they can meet the requirement. However, it is crucial to provide clear and convincing evidence that competition would be advantageous to the Government. The Government will be the sole determiner regarding a company's ability to meet all requirements. If no responses are received within two weeks after the publication of this notice, a firm fixed price sole source award will be made to ASHRAE. The anticipated award date is 7 April 2016. For further information or to submit a statement of capabilities, interested parties should contact Amber Forehand-Hughes at amber.forehand@navy.mil or call 757-322-8336. Please note that the Government does not intend to pay for any information provided under this notice. The decision to not compete this proposed contract is solely within the discretion of the Government. In summary, the Department of Defense, Department of the Navy, intends to award a sole source contract to ASHRAE for the provision of Humidity Control: Principles and Applications and Complying with Standard 90.1-2013 training courses. These courses will be conducted at six different locations to ensure proper humidity control and compliance with industry standards in naval facilities.
    RAPID_MAC_FORECAST_JULY_2024
    Active
    Dept Of Defense
    The Department of Defense seeks to update its RAPIDMACFORECASTJULY2024 monthly forecast report, replacing the current distribution method via email due to ongoing challenges with outdated vendor contact information. The primary objective is to post the report reliably and efficiently on SAM.gov, ensuring accessibility for vendors. This special notice emphasizes that there are currently no active or planned task orders as of July 2024. The scope of work involves a straightforward upload of the RAPID MAC Monthly Forecast document onto the SAM.gov platform. Awardee requirements and deliverables are not explicitly mentioned in the provided information. Eligibility criteria and qualifications are not discussed in detail, but it's implied that vendors capable of uploading documents to SAM.gov and possessing a general understanding of the RAPID MAC process are encouraged to apply. Funding and contract details are not provided in the given information. However, this opportunity is posted as a federal contract, indicating a traditional contracting arrangement with financial compensation for the selected vendor. The submission process is outlined briefly, directing interested parties to register their SAM.gov accounts and keep them updated. No specific application format or deadline is mentioned, which suggests a rolling application process. The evaluation criteria focus on the timeliness and accuracy of the posted information. The selection will likely prioritize vendors who can ensure efficient and reliable access to the monthly forecast report. For any questions or clarifications, interested parties can contact Christopher Pennini at christopher.k.pennini.civ@us.navy.mil or 240-298-3470. Additionally, Veronica Mayhew is listed as a secondary contact, reachable at veronica.a.mayhew.civ@us.navy.mil.
    Notice of intent to award sole source
    Active
    Dept Of Defense
    Notice of intent to award sole source. The Department of Defense, specifically the Department of the Navy, through the Naval Oceanographic Office, has issued a Special Notice. The notice indicates the intent to award a sole source contract. The details of the service/item being procured are not provided in the document.
    Repair and Overhaul Rescue Hoist Assembly
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking proposals for the repair and overhaul of the Rescue Hoist Assembly under solicitation number 70Z03824RJ0000006. The contract will be awarded on a sole source basis to the Original Equipment Manufacturer, Goodrich Corporation, and will encompass a one-year base period with four optional one-year extensions, totaling a maximum of five years. This procurement is critical for maintaining the operational readiness and safety of U.S. Coast Guard aircraft, ensuring that all repairs meet stringent FAA guidelines and quality assurance standards. Interested parties must submit their proposals by December 3, 2024, at 2:00 PM Eastern Time, and can direct inquiries to Nicholas Woolard or Cariss Perry via the provided email addresses.