Notice of Intent to Award a Sole Source to American Society of Civil Engineers
ID: N0024424Q0268Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVSUP FLC SAN DIEGO

NAICS

Professional and Management Development Training (611430)

PSC

EDUCATION/TRAINING- TRAINING/CURRICULUM DEVELOPMENT (U008)
Timeline
    Description

    The Department of Defense, specifically the Naval Supply Systems Command San Diego, intends to award a sole-source contract to the American Society of Civil Engineers (ASCE) for training in inspecting, assessing, and repairing port structures.

    The planned contract, which will be a Firm-Fixed Price (FFP) agreement, focuses on providing training aligned with the North American Industry Classification System (NAICS) code 611430: Professional and Management Development Training.

    This special notice does not entail a formal request for competitive proposals. However, the government is willing to consider submissions from any responsible sources. Interested parties are required to register in the DoD System for Award Management (SAM) and must be capable of processing invoices through Wide Area Workflow (WAWF).

    The Navy seeks to gather information from potential sources that can demonstrate their ability to meet the training requirements outlined in the notice. Submissions should include details such as company name, point of contact, and capability statements. It's emphasized that responses will only be accepted in writing and must be submitted by July 25, 2024.

    The government will use the information received to determine if a full competitive procurement process is necessary. Per the FAR 13.106-1(b)(1) guideline, this simplified acquisition is justified due to the unique qualifications of the ASCE for this specific training requirement.

    For clarity, it's emphasized that responses to this notice won't be returned, and oral submissions won't be considered. Any inquiries should be directed to Janet Nunez at janet.nunez@navy.mil or 619-556-5199.

    Point(s) of Contact
    JANET NUNEZ 619-556-5199
    (619) 556-5199
    janet.nunez@navy.mil
    Files
    No associated files provided.
    Lifecycle
    Similar Opportunities
    U--DMSS-N training for NAVIFOR
    Active
    Dept Of Defense
    Presolicitation notice from the Department of Defense, Department of the Navy, NAVSUP Fleet Logistics Center Norfolk, for DMSS-N training for Naval Information Forces (NAVIFOR). The training is intended to be conducted under a Firm Fixed Price contract using the procedures of FAR part 13. The requirement is brand-specific and will be solicited with Other Than Full and Open Competition. The resulting contract will be for a one-year period, starting on September 20, 2019, and ending on September 19, 2020. The NAICS code for this acquisition is 611420 with a size standard of $12 million. The complete RFP package will be available for download on or about September 5, 2019, on the NECO Website. Contractors must be registered in the System for Award Management (SAM) database to be eligible for award. For more information, contact the POC identified in the synopsis.
    NOTICE OF INTENT TO AWARD A SOLE SOURCE TO CENTER FOR PUBLIC SAFETY EXCELLENCE
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Supply Systems Command San Diego, intends to award a sole source contract to the Center for Public Safety Excellence, Inc. for the CPSE CFAI Strategic Plan Certification Program. This procurement aims to certify the Navy Region Southwest (NRSW) and its fire departments in Strategic Emergency Planning Certification, ensuring compliance with Department of Defense and Navy standards. The contract is crucial for maintaining accreditation across installations, which is vital for operational readiness and risk management within military fire services. Interested parties must submit their capability statements by September 13, 2024, to the primary contact, Janet Nunez, at janet.nunez@navy.mil, and must be registered in the DoD System for Award Management (SAM) and eligible to process invoices through Wide Area Workflow (WAWF).
    U--Incorporating Single Source Justification
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is seeking a Certified Energy Manager Training service. This service is typically used to provide a comprehensive Five-Day training program and exam for Certified Energy Manager (CEM) Certification and Testing. The training will take place from 12 June 2017 to 16 June 2017 in San Diego, CA. The training program is being procured from AEE seminars, the sole source provider of this program. This procurement is not open to competitive proposals.
    Notice of Intent - Sole source
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Carderock Division (NSWCCD), intends to procure CRNAV membership services from Marin, the Marine Institute of the Netherlands, on a sole-source basis for the period of October 1, 2024, to September 30, 2025. This procurement aims to secure a one-year membership in the Cooperative Research Navies (CRNAV) Group, which is crucial for enhancing naval ship stability criteria and providing operational guidance during heavy weather training. The contract will utilize Simplified Acquisition Procedures and is limited to Marin due to its role as the designated coordinator for CRNAV support, with key deliverables including updates on FREDYN software and coordination assistance for technical groups. Interested vendors must submit a capabilities statement by September 20, 2024, and inquiries should be directed to Steven Besanko at steven.besanko@navy.mil.
    69--DISSECTABLE MARINE ENGINE COMPONENTS TO BE USED FOR TRAINING. THIS IS A PRE-SOLICITATION NOTICE ONLY.
    Active
    Dept Of Defense
    Presolicitation notice: DEPT OF DEFENSE is seeking to procure dissectable marine engine components to be used for training purposes at the Puget Sound Naval Shipyard and IMF. This requirement will be solicited on a 100% small business set-aside basis. The contract will be a firm fixed price (FFP) type commercial purchase order. The FOB will be DESTINATION Bremerton, WA. The solicitation will be posted on or about 28 February 2017 on the Navy Electronic Commerce Online (NECO) web link and can also be downloaded from http://fedbizops.gov/. The closing date for the solicitation will be 15 days from posting. Interested firms must complete the entire solicitation document, provide technical specification documentation, and ensure current registration in the SAM system. Any questions must be submitted in writing via email to Susan.Peterson@dla.mil.
    Hazardous Substance Incident Response Management (HSIRM) Courses
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Norfolk, is seeking qualified contractors to provide Hazardous Substance Incident Response Management (HSIRM) training courses. The procurement involves delivering thirty-two 3-day HSIRM courses and up to forty refresher courses annually, aimed at equipping military and civilian personnel with essential skills for safe hazardous material response in compliance with federal, state, and Navy regulations. This training is critical for ensuring operational readiness and safety in hazardous situations, with the contract structured as a firm fixed price Indefinite Delivery Indefinite Quantity (IDIQ) agreement. Interested vendors must submit their quotations by the deadline, with the solicitation expected to be available on Sam.gov around August 8, 2024. For further inquiries, vendors can contact Angelo Conicelli at angelo.l.conicelli.civ@us.navy.mil or Christopher Whiteside at christopher.d.whiteside2.civ@us.navy.mil.
    PACFLT Training Support Vessel (P-TSV) Combined Synopsis/Solicitation
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSEA HQ, is seeking proposals for the PACFLT Training Support Vessel (P-TSV) under solicitation N00024-24-R-2229. This procurement aims to address specific training support needs for the Pacific Fleet, with a focus on shipbuilding and repair services as indicated by the NAICS code 336611. The goods and services procured will play a crucial role in enhancing operational readiness and training capabilities for naval personnel. Interested bidders can direct their inquiries to Steven Noel at steven.w.noel.civ@us.navy.mil or Isaiah Sera at isaiah.c.sera.civ@us.navy.mil, with the solicitation amendment responding to bidders' questions available for review.
    Non-Destructive Inspection (NDI) Training
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard (USCG), is seeking qualified contractors to provide Non-Destructive Inspection (NDI) training services, including NAS-410 Level 3 certification, for its personnel. The contract will cover initial training for 30-45 students over a five-year period, consisting of one base year and four option years, with training sessions focusing on four NDI methods: Fluorescent Penetrant, Magnetic Particle, Eddy Current, and Ultrasonic. This training is crucial for ensuring the airworthiness of aircraft and compliance with regulatory standards. Interested small businesses must submit their quotations by October 2, 2024, with an anticipated award date around January 31, 2025; inquiries can be directed to Rose Bateman or Jackson Perry via email.
    U--Machinery and Machine Guarding Safety Courses
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking curriculum development and instructor services for Machinery and Machine Guarding Safety courses in various locations, including overseas, in support of Naval Safety and Environmental Training Center, Norfolk, VA (NAVSAFENVTRACEN). The contract will be a single award, Firm Fixed-Price (FFP) Indefinite Delivery/Indefinite Quantity (IDIQ) contract. The North American Industry Classification System code for this acquisition is 611519 - Other Technical and Trade Schools. The contract will have a twelve (12) month base period and four (4) twelve month option periods. The solicitation will be available for download on or about 17 March 2016 at https://www.neco.navy.mil or www.fbo.gov. The contract will be evaluated using a 100% Small Business Set-Aside. Contractors must be registered in the System for Award Management (SAM) Registration database prior to invoicing.
    CCTV Camera and System Repairs, USNS JOHN LEWIS
    Active
    Dept Of Defense
    Special Notice: DEPT OF DEFENSE, DEPT OF THE NAVY The Military Sealift Command (MSC) Ship Support San Diego intends to award a Firm-Fixed Price (FFP) contract for Sidus Solutions CCTV Camera and System Repairs aboard the USNS JOHN LEWIS. This contract is scheduled to be performed from 25 June 2025 to 31 July 2024. The purpose of this procurement is to repair the CCTV camera and system on the USNS JOHN LEWIS, a military vessel operated by the MSC. The CCTV camera and system are essential for surveillance and monitoring purposes, ensuring the safety and security of the ship and its crew. Interested parties are invited to express their interest and outline their capabilities and qualifications to perform the repairs. Respondents must provide level of effort and dollar estimates to demonstrate their understanding of the equipment's design. Written responses are required, and oral communications will not be accepted. To express interest and provide qualifications, interested parties should contact James Davenport, the primary point of contact at the MSC, via email at james.r.davenport60.civ@us.navy.mil no later than 11:00 AM PST on June 24, 2024. For further information and to submit a response, please refer to the contact details below: Point of Contact: James Davenport Military Sealift Command- SSU SD N104D, Contracts 140 Sylvester Road, Bldg 570 San Diego, California 92106 Office: (619) 524-9688 This procurement notice is not a request for competitive proposals, but interested parties with the capability to meet the requirements are encouraged to respond. The Government will evaluate the capabilities and qualifications of the respondents to determine whether to conduct the procurement on a competitive basis. The final decision to compete or not will be at the discretion of the Government.