Naval Postgraduate School
ID: N0018924Q0692Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVSUP FLT LOG CTR NORFOLKNORFOLK, VA, 23511-3392, USA

NAICS

All Other Miscellaneous Schools and Instruction (611699)

PSC

EDUCATION/TRAINING- OTHER (U099)
Timeline
    Description

    The Department of Defense, through the Naval Supply Systems Command Fleet Logistics Center Norfolk, is seeking to award a Firm, Fixed Price contract for specialized leadership training services at the Naval Postgraduate School (NPS). The procurement involves the co-design and implementation of two leadership workshops aimed at enhancing strategic communication and conflict management for 100 Supply Corps Waterfront leaders, specifically targeting junior officers. These workshops are crucial for improving operational readiness and leadership effectiveness within the Navy's logistics and supply chain sectors. Interested vendors must submit their quotes electronically to Nadia Misa by 10:00 AM EST on September 19, 2024, with the contract period running from September 23, 2024, to September 22, 2025.

    Point(s) of Contact
    Files
    Title
    Posted
    The Naval Postgraduate School (NPS) is seeking two Subject Matter Experts (SMEs) to co-design and implement two leadership workshops aimed at enhancing strategic communication and conflict management for 100 Supply Corps Waterfront leaders, focused on junior officers (LTJGs and LCDRs). The workshops, scheduled for Fall 2024 and Spring 2025 in Norfolk, VA, will each span two days and are designed to facilitate networking, conflict resolution, communication skills, and leadership strategies relevant to their roles in operational logistics and supply chain management. The tasks for the SMEs include conducting interviews to develop relevant real-world scenarios, preparing instructional modules on topics such as conflict management and effective communication, and facilitating small group sessions. Deliverables will include comprehensive instructional materials and evidence of participant feedback to ensure quality education delivery. Instructors are required to have extensive experience in Department of Defense (DoD) education and specific qualifications in strategic and organizational communication. The contract also outlines performance measurement methods, a quality assurance plan, and several security provisions emphasizing confidentiality and compliance with federal regulations.
    The Naval Postgraduate School (NPS) Center for Executive Education (CEE) is requesting a sole source contract with Culturepoint, LLC to co-design and deliver two leadership programs aimed at 100 Supply Corps Waterfront leaders. These programs are necessary for enhancing operational readiness within the Department of the Navy. The workshops, scheduled for Fall Quarter 2024, will focus on leadership development, conflict management, and effective communication among junior officers responsible for vital logistics and supply chain operations. The justification for sole source selection is based on an urgent timeline and Culturepoint's unique qualifications, demonstrated by their successful execution of a previous pilot program. Delays in the contract award could significantly impact the government's ability to prepare and potentially diminish the effectiveness of the training. The contract period extends from September 23, 2024, to September 22, 2025, allowing time for the development of scenario-based exercises and subsequent program revisions. The document emphasizes the immediate need for these specialized services to ensure effective leadership training and operational success within the Navy's supply sectors.
    The document primarily discusses federal and state/local RFPs (Requests for Proposals) and their role in obtaining and managing federal grants. It outlines the essential procedures, guidelines, and regulatory frameworks that govern the funding processes. Key elements include the emphasis on grant applications, their evaluation criteria, and the importance of compliance with local, state, and federal regulations. The document likely addresses the needs for transparency and accountability in the procurement process, ensuring that selected proposals meet government standards for effectiveness and efficiency. In addition, it likely outlines the importance of documenting all phases of the grant lifecycle, including application, award, management, and reporting. The structure of the document seems to reflect a step-by-step approach to navigating the complexities of obtaining funding through RFPs, highlighting roles of various stakeholders involved across different levels of government. Ultimately, the document serves as a comprehensive guide for applicants to understand the intricacies of government funding processes and to enable them to effectively participate in securing financial resources for public projects. This systematic approach reinforces the government's commitment to responsible spending and effective project implementation.
    The document represents a combined synopsis/solicitation related to a specific government procurement for services at the Naval Postgraduate School (NPS). The Naval Supply Systems Command Fleet Logistics Center intends to award a Firm, Fixed Price contract exclusively to Culturepoint, LLC. Interested vendors may express their interest or submit bids by the stipulated deadline, but the government retains the discretion not to compete the award. The solicitation, identified by RFQ number N0018924Q0692, includes vital provisions and clauses per the Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS), with relevant attachments outlining specific performance work requirements, wage determinations, and sole-source justification. Responses are expected electronically, and vendors must provide comprehensive pricing information and supplementary documentation to support price reasonableness. The deadline for quotes is set for September 19, 2024. The evaluation of proposals will focus on price, considering comparisons to previous contracts. The emphasis on a sole-source award reflects a targeted procurement strategy aligned with the need for specialized services, underlined by the plan’s operational timeframe from September 2024 to September 2025.
    The government file addresses a question regarding whether a particular project is a new initiative or a recompete for an existing contract. The inquiry specifically seeks information about any incumbent contracts and references. The response indicates that there is indeed a related previous contract, identified by the contract number N0018924P0269. This suggests that the project in question may be connected to ongoing or past work within the same scope, implying potential expectations based on historical performance. This exchange exemplifies standard procedures in the context of government Requests for Proposals (RFPs), where understanding the competitive landscape—including existing contracts—is essential for bidders to strategize their submissions effectively. Overall, the document outlines the preliminary stages of an RFP process, indicating both the continuity of service and the procurement framework utilized by federal agencies.
    Lifecycle
    Title
    Type
    Naval Postgraduate School
    Currently viewing
    Combined Synopsis/Solicitation
    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.
    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) courses. The procurement aims to establish a firm fixed price Indefinite Delivery Indefinite Quantity (IDIQ) contract for training services that will enhance environmental safety and emergency response capabilities for military and civilian personnel. These courses are critical for ensuring compliance with federal regulations and improving operational readiness in hazardous material response situations. Interested vendors must submit their quotations by the specified deadlines, with the solicitation expected to be available on or about 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.
    National Center for Faculty Development and Diversity (NCFDD) Online Faculty Success Program
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center San Diego, intends to award a firm fixed price contract for a 12-month membership in the National Center for Faculty Development and Diversity (NCFDD) Online Faculty Success Program. This program is designed to provide professional development resources for higher education faculty and staff, offering a range of online courses, webinars, and mentoring opportunities that can be accessed 24/7, thereby accommodating the diverse schedules of faculty members. Interested parties must submit a capability statement by 10:00 AM Pacific Standard Time on 26 August 2024, detailing their qualifications and ability to fulfill the requirements, with submissions directed to Charles E. Bruce at charles.e.bruce2.civ@us.navy.mil.
    FINAL: Fielded Training Systems Support V (FTSS V) Navigation Seamanship and Ship-handling (NSS) Contractor Instructor Services (CIS)
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the Fielded Training Systems Support V (FTSS V) Navigation Seamanship and Ship-handling (NSS) Contractor Instructor Services (CIS). This procurement aims to secure contractor instructor services to enhance training systems related to navigation and seamanship, which are critical for operational readiness and effectiveness in naval operations. Interested parties, particularly FTSS V Lot 1 MAC holders, are encouraged to request the associated RFP documents from the Contract Specialist, Rebecca Woods, at rebecca.a.woods2.civ@us.navy.mil, with questions due by September 17, 2024. The procurement process will be informed by the qualifications and past performance of the bidders.
    SOLE SOURCE NOTICE
    Active
    Dept Of Defense
    The Department of Defense, specifically the NAVSUP Fleet Logistics Center Norfolk, intends to award a Sole Source Firm Fixed Price Contract to Vine Leadership Group LLC for professional and management development training services. This procurement is being conducted in accordance with FAR 6.302-1, which allows for sole source contracts under specific circumstances, indicating that the services provided by Vine Leadership Group LLC are deemed unique and necessary for the Government's needs. Interested parties are invited to challenge this sole source determination by providing sufficient information to demonstrate that an equivalent service exists, with challenges to be submitted in writing to Nichole Stevens at nichole.stevens@navy.mil. This notice serves as a special announcement and is not a request for proposals or quotations.
    Joint Interoperability Division (JID) Support Services Joint Tactical Operations (JTO) Interface Training Program
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the Joint Interoperability Division (JID) Support Services Joint Tactical Operations (JTO) Interface Training Program. This procurement aims to provide academic support services for the Joint Interoperability & Data Link Training Center (JID-TC), focusing on enhancing training and development for data link interoperability within the U.S. military and allied nations. The selected contractor will be responsible for delivering instructional support, maintaining curriculum, and enhancing operational capabilities related to Tactical Data Link (TDL) systems, with a performance period extending from December 2024 through December 2025. Proposals are due by September 23, 2024, with inquiries accepted until September 10, 2024. Interested parties should submit their proposals via email to Kevin Brennan at kevin.m.brennan21.civ@us.navy.mil, and must acknowledge the amendments to the solicitation as outlined in the attached documents.
    R408 - Business Management Support Services (BMSS) for Navy Personnel, Manpower, and Training (PMT).
    Active
    Dept Of Defense
    The U.S. Navy is seeking proposals for a federal contract, R408 - Business Management Support Services (BMSS) for Navy Personnel, Manpower, and Training (PMT). This opportunity falls under the administrative and general management consulting services category. The primary purpose of this contract is to support the Navy's PMT office by providing business management services, including program management, administrative support, and technical assistance. The successful awardee will assist in managing and executing various PMT programs, enhancing the efficiency and effectiveness of Navy operations. The scope of work involves multiple key tasks. The awardee will be responsible for providing program management support, budget and financial management, personnel support, and training coordination. This includes assisting in developing and implementing procedures for these areas, as well as delivering comprehensive reports and presentations. The contract will require regular interaction and collaboration with Navy staff, ensuring seamless integration of services. To be eligible for this contract, applicants should possess a strong track record in administrative management, with specific experience in government or military environments being highly desirable. The Navy seeks a partner with a deep understanding of the unique demands and protocols of the public sector. Demonstrated ability in program management, strong communication skills, and data analysis expertise are also crucial. The contract is expected to be funded at around $7 million, with a potential period of performance of five years. The Navy anticipates awarding a fixed-price contract, with the option to extend based on performance and operational needs. Interested parties should submit their proposals before the stated deadline. It is anticipated that the evaluation process will focus on the applicant's technical approach, past performance, and cost-related factors. The Navy encourages applicants to include a detailed description of their qualifications, experience, and proposed solution. For clarification or questions, interested individuals and organizations should contact Alexis Montelone at alexis.montelone@navy.mil. This opportunity offers a chance to play a vital role in supporting the Navy's PMT office, and the successful applicant will contribute significantly to enhancing the Navy's operational capabilities.
    U006--Crucial Learning Base
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office 6, is seeking quotes for a fixed-price contract to provide Brand Name Virtual Course Material focused on "Crucial Conversations" training. The objective of this procurement is to enhance communication skills among Veterans Health Administration employees through both virtual and in-person training materials, ensuring staff are equipped to manage sensitive discussions effectively. This initiative is crucial for improving interpersonal communication capabilities within the VA workforce, ultimately benefiting the service provided to Veterans. Interested small businesses must register in the System for Award Management (SAM) and submit their quotes by September 20, 2024, with the solicitation anticipated to be issued on September 16, 2024. For further inquiries, potential bidders can contact Contracting Officer Audrey Wooten at audrey.wooten@va.gov or by phone at 757-722-9961 x 3419.
    Professional Services to support the Navy’s Public Works Business Line for work predominantly within the NAVFAC Atlantic Area of Responsibility (AOR)
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC), is soliciting proposals for professional services to support the Navy’s Public Works Directorate, primarily within the NAVFAC Atlantic Area of Responsibility. The contract, identified as N6247023R9002, encompasses a range of services including operational support, logistics management, facility condition assessments, and energy efficiency surveys, with a total contract value of up to $60 million over a maximum term of five years. This procurement is critical for enhancing the efficiency and effectiveness of public works services, ensuring compliance with regulations, and promoting small business participation through subcontracting commitments. Proposals are due by 2:00 PM on October 2, 2024, and interested parties can contact Weston Polen at weston.c.polen.civ@us.navy.mil or Amber Forehand-Hughes at amber.l.forehand-hughes.civ@us.navy.mil for further information.
    FERS TRAINING
    Active
    Dept Of Defense
    Combined Synopsis/Solicitation DEPT OF DEFENSE DEPT OF THE NAVY is procuring FERS Training. FERS Training is typically used for educating and training individuals on the Federal Employees Retirement System (FERS). The training will be conducted onsite in Pascagoula, MS, USA. The training will consist of three phases, with each phase having two consecutive one-workday workshops. Each workshop will have 30 attendants, resulting in a total of 60 attendants per phase. The cost per attendant is $165.00. The total cost for each phase is $9,900.00. Workshops will be scheduled after award. For more information, contact Gabrielle Hyatt at gabrielle.m.hyatt.civ@us.navy.mil or (228) 935-4516.