U--Notice of Intent to Sole Source - Humidity Control: Principles and Applications and Complying with Standard 90.1-2013 Training, ASHRAE, Inc.
ID: N6247016T8010Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVFACSYSCOM ATLANTICNORFOLK, VA, 23508-1278, USA

PSC

EDUCATION AND TRAINING (U)
Timeline
    Description

    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.

    Point(s) of Contact
    Amber Forehand-Hughes 757-322-8336
    Files
    No associated files provided.
    Similar Opportunities
    U--HVAC and Building Automated Systems Training
    Buyer not available
    Presolicitation notice from the Department of Defense, specifically the Department of the Navy, is seeking HVAC and Building Automated Systems Training. This training is typically used to educate and train individuals on the operation and maintenance of HVAC systems and building automation systems. The notice mentions that the training will be conducted through Johnson Controls. For more details, refer to the attached Single Source Determination.
    U--Incorporating Single Source Justification
    Buyer not available
    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 TO SOLE SOURCE THIS IS A NOTICE OF INTENT TO AWARD A SOLE SOURCE
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, has issued a Notice of Intent to award a sole source contract for educational and training services under NAICS code 611519. This procurement aims to fulfill specific training requirements that are critical for the operational readiness of Navy personnel, emphasizing the importance of specialized educational services in maintaining military effectiveness. The place of performance for this contract will be in San Diego, California, and interested parties can reach out to Leliza G. Sarino at leliza.g.sarino2.civ@us.navy.mil or by phone at 619-556-7742 for further details.
    Notice to make Sole Source Award
    Buyer not available
    The Department of Defense, specifically the Department of the Navy's Military Sealift Command, is issuing a special notice for a sole source award related to critical components for refrigeration-cargo plants and air conditioning systems on Navy ships. The procurement is focused on items from Trident Maritime Systems, which are essential for maintaining the integrity and safety of perishable cargo, necessitating the use of original equipment manufacturer (OEM) parts due to their proprietary nature and mission-critical roles. This acquisition underscores the urgency and uniqueness of the required components, with a certification emphasizing the need for timely delivery to avoid mission impact. Interested parties should note that the procurement process adheres to FAR 13.106-1(b)(1)(i), allowing for solicitation from a single source, and further inquiries can be directed to the appropriate contracting office.
    NOTICE OF INTENT TO SOLE SOURCE - Jungle Warfare Training
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, has issued a Notice of Intent to Sole Source for Jungle Warfare Training services. This procurement aims to secure specialized training services under the NAICS code 611519, which pertains to Other Technical and Trade Schools, and is classified under the PSC code U013 for Education/Training - Combat. The training is crucial for enhancing the operational readiness of military personnel in jungle warfare scenarios, emphasizing the importance of specialized education in combat environments. Interested small businesses are encouraged to reach out to the primary contact, Adam Duffy, at adam.duffy@usmc.mil or by phone at 808-257-3528, or to the secondary contact, SSgt Boo C. Rochester, at boo.c.rochester@usmc.mil or 808-496-1341, for further details regarding this total small business set-aside opportunity.
    NOTICE OF INTENT TO AWARD A SOLE SOURCE CONTRACT
    Buyer not available
    NOTICE OF INTENT TO AWARD A SOLE SOURCE CONTRACT DEPT OF DEFENSE DEPT OF THE NAVY The DEPT OF DEFENSE, specifically the DEPT OF THE NAVY, intends to issue a sole source purchase order to Freeman Marine Equipment Inc. The proposed contract action is for the replacement of a Landing Craft Air Cushion (LCAC) HATCH ASSEMBLY. This equipment is proprietary and only available through Freeman Marine Equipment Inc. The requirement is per NAVSEA Drawing 5749292. Interested parties must submit information indicating their ability to satisfy this requirement by Monday, 2 May 2016, 4:00 PM, Pacific Standard Time, via email to rubeli.deinla@navy.mil. If no responses are received, the sole source award will proceed.
    69--Sole Source Intent Notification - F/A-18C/D Tactical Operational Flight Trainers (TOFTs) Upgrade and Relocation
    Buyer not available
    Presolicitation notice from the Department of Defense, Department of the Navy, for the procurement of F/A-18C/D Tactical Operational Flight Trainers (TOFTs) Upgrade and Relocation. The Naval Air Warfare Center Training Systems Division (NAWCTSD) intends to award a modification to a delivery order under Basic Ordering Agreement (BOA) N61340-12-G-0001 to L-3 Communications Corporation, Link Simulation and Training Division (L-3) Company. The procurement includes the upgrade and relocation of F/A-18C/D Storage Area Network (SAN) Configuration for TOFTs, Device 2F193 (Serial Numbers 25/26/27) from NAS Lemoore, CA to Marine Corps Air Station (MCAS) Iwakuni, Japan, Technical Product Office (TPO) Naval Air Station (NAS) China Lake, CA, and L-3 Facility Arlington, TX. The procurement also involves the removal and delivery of existing Brief/Debrief Station (BDS) currently at NAS Lemoore to MCAS Iwakuni. This sole source procurement is pursued under statutory authority of 10 U.S.C. (c)(1) as implemented by the Federal Acquisition Regulation (FAR) 6.302-1. No solicitation documents are available. For more information, contact Ricardo Elias at 407-380-4101 or Ricardo.L.Elias@navy.mil.
    U--Machinery and Machine Guarding Safety Courses
    Buyer not available
    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.
    U--DMSS-N training for NAVIFOR
    Buyer not available
    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.
    D--Justification and Approval for Award of N6247017C6000 to Accompany Notice of Intent to Sole Source Posted 15 June 2017
    Buyer not available
    Special Notice DEPT OF DEFENSE DEPT OF THE NAVY intends to award a sole source contract to National Institute of Building Sciences (NIBS) for the Design Review and Checking System (DrChecks) and Bidder Inquiry applications. These applications are part of ProjNet, a suite of secure, on-demand, design review, inquiry and comment, issue resolution, communications, and document archiving tools managed by NIBS. The contract is authorized by Public Law 93-383 and is not open for competitive procurement. The anticipated award date is 30 June 2017.