LinkedIn Services
ID: N0018924Q0679Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Administrative Management and General Management Consulting Services (541611)

PSC

SUPPORT- PROFESSIONAL: OTHER (R499)
Timeline
    Description

    The Department of Defense, specifically the U.S. Fleet Forces Command (FLTHRO), is seeking proposals for an Electronic Recruitment (eRecruitment) Platform to enhance its human resource capabilities. The platform must support the management of 40 job announcements per month, provide a private resume repository, and include features for candidate contact and recruitment analytics, while also ensuring user training and customer support. This procurement is crucial for improving recruitment efficiency and achieving a diverse workforce within Navy forces, with the contract expected to span one base year from September 30, 2024, to September 29, 2025, with an option for an additional year. Interested vendors can contact Ivy Cuffee at ivy.cuffee@navy.mil or Samantha Miller at samantha.a.miller77.civ@us.navy.mil for further details.

    Files
    Title
    Posted
    The document outlines a justification for a sole source procurement of LinkedIn services for the U.S. Fleet Forces Command (USFFC). The request emphasizes the uniqueness of LinkedIn as the only platform capable of meeting specific recruiting needs, particularly its exclusive relationship with the Department of Labor's Transition Assistance Program, which provides complimentary accounts to transitioning service members. This access allows USFFC recruiters to target highly qualified former military personnel effectively, enhancing the recruitment process through direct hiring authorities while adhering to statutory guidelines under the Federal Property and Administrative Services Act. The estimated annual cost for LinkedIn's electronic recruiting services totals $197,960, covering individual account access for 14 HR staff members with capabilities for posting job openings, accessing a resume repository, and promoting USFFC’s mission. The document underscores the urgency of this recruitment effort to fill crucial civilian positions and achieve a diverse workforce, all while reducing hiring times and improving operational efficiency for the military command. The logistics and compatibility requirements are asserted as non-issues since LinkedIn stands alone in fulfilling these specific governmental needs without viable alternatives.
    The U.S. Fleet Forces Command is seeking proposals for an Electronic Recruitment (eRecruitment) Platform to support its Human Resource Office (FLTHRO). The platform will enable the management of 40 job announcements each month, offering features such as a private resume repository, candidate contact options, and analytical reports on recruitment metrics. Additionally, the platform must include user training, customer support, and branding capabilities to promote the organization. The contract will span one base year (September 30, 2024, to September 29, 2025) with an option for an additional year. All users are required to have 24/7 access, with technical assistance available during business hours. Bidders must submit quotes following specific guidelines, including price analysis to ensure they reflect fair and reasonable costs. Emphasizing transparency and compliance, the document outlines the procurement regulations and expectations regarding service contract labor standards. This solicitation is pivotal for enhancing recruitment efficiency within Navy forces, aligning with the overall mission to maintain combat-ready personnel.
    Lifecycle
    Title
    Type
    LinkedIn Services
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    Environmental Information Management System (EIMS) Technical Support Services
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Fleet Forces Command (USFFC), is seeking qualified vendors to provide Technical Support Services for its Environmental Information Management System (EIMS). The primary objective is to develop, manage, maintain, and sustain EIMS capabilities, which are crucial for supporting Navy operations and ensuring compliance with environmental regulations. This initiative includes a range of services such as software development, database administration, system administration, and cybersecurity, with a focus on enhancing operational efficiency and regulatory compliance. Interested parties must submit a capabilities statement by September 26, 2024, with the anticipated contract type being Firm Fixed Price, covering a base period from April 2025 to April 2026, and potentially extending through October 2030. For further inquiries, vendors can contact Valerie Werner at valerie.m.werner2.civ@us.navy.mil or Samantha Miller at samantha.a.miller77.civ@us.navy.mil.
    Private Sector Workload Forecast Material for Public Website
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSEA HQ, is seeking to provide private sector workload forecasts for surface ship maintenance from Fiscal Year 2023 to Fiscal Year 2026. The objective is to communicate aggregate ship maintenance demand to industry partners, facilitating planning and resource allocation without constituting a request for proposals or contract commitments. This information is crucial for contractors to align their capabilities with the U.S. Navy's operational needs, as it reflects the dynamic nature of maintenance schedules influenced by ongoing budget negotiations and operational commitments. Interested parties can reach out to LT Kyle Watson at kyle.a.watson15.mil@us.navy.mil or Jamillah Powell at jamillah.l.powell.civ@us.navy.mil for further inquiries, with updates on future workload projections expected to be posted on SAM.gov.
    Personnel and Pay Integration and Sustainment
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Information Warfare Systems Command (NAVWAR), is seeking proposals for the Personnel and Pay Integration and Sustainment project, which aims to ensure the continued operation and integration of the Navy's manpower and personnel systems. This procurement involves the sustainment and integration of the Navy Standard Integrated Personnel System (NSIPS) with pay capabilities, including system integration, testing, implementation, and cybersecurity support. The contract is anticipated to be awarded in March 2025, with a total ordering ceiling of $338 million over a five-year period, and interested parties should direct inquiries to Contract Specialist Virginia Boyanton at virginia.s.boyanton.civ@us.navy.mil by the specified deadlines.
    Carrier Engineering Maintenance Assist Team (CEMAT) and Surface Engineering Maintenance Assist Team (SEMAT)
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Sea Systems Command (NAVSEA), is conducting market research for the Carrier Engineering Maintenance Assist Team (CEMAT) and Surface Engineering Maintenance Assist Team (SEMAT) contract, aimed at providing essential engineering and technical support for the maintenance of U.S. Navy Aircraft Carriers and Surface Ships. This contract will focus on executing work on CVN 68 and CVN 78 Class Aircraft Carriers, ensuring operational readiness through comprehensive maintenance, repair, and training for Ship's Force equipment operators and maintenance technicians. The anticipated contract, expected to be awarded in FY2026, will span five years and is intended to support various maintenance efforts, including Refueling Complex Overhauls and emergent repairs, with operations primarily based in locations such as Norfolk, VA, and San Diego, CA. Interested parties should submit their responses by 2:00 PM (EST) on September 30, 2024, to the designated contacts, Sakeena Siddiqi and Jason Chan, via the provided email addresses.
    Request For Information (RFI) - Common Services for Enterprise Applications (C-SEA)
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Information Warfare Systems, is seeking information through a Request for Information (RFI) regarding Common Services for Enterprise Applications (C-SEA). The objective of this procurement is to identify existing capabilities, Commercial Off-The-Shelf software suites, and innovative solutions that can provide a secure, affordable, interoperable, stable, and robust suite of common services for naval software applications. This initiative is crucial for enhancing the operational efficiency and effectiveness of naval software systems. Interested parties should note that the deadline for RFI responses has been extended to October 10, 2024, and can direct inquiries to Contract Specialist Yvette Tsui at yvette.tsui@navy.mil or by phone at 619-508-0933.
    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.
    7A21 - Headspace Application
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Norfolk, is seeking to award a sole source contract for the Headspace mental health wellness mobile application. This procurement aims to provide the Headspace application to assist Sailors and their dependents in enhancing their mental health and wellness, as part of the Navy Culture and Resilience Office's initiatives. The contract will be awarded on a firm-fixed-price basis, with the solicitation number N0018924Q0912, and interested parties must submit their quotes by 12:00 PM Eastern Standard Time on September 20, 2024, to Dennis Aquino at dennis.a.aquino2.civ@us.navy.mil. The estimated size standard for this opportunity falls under the NAICS code 513210, with a small business size threshold of $47 million.
    User Experience/User Interface (UX/UI) Design and Engineering
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Information Warfare Center (NIWC) Pacific, is preparing to issue a Request for Proposal (RFP) for User Experience/User Interface (UX/UI) design and engineering services aimed at enhancing Command, Control, Communications, Intelligence, Surveillance, and Reconnaissance (C4ISR) systems. The procurement will focus on applying UX/UI methodologies to both software and hardware throughout the lifecycle of the products, ensuring that human factors are systematically integrated into the design process. This opportunity is significant as it addresses critical user interactions and usability standards necessary for effective military operations. The anticipated contract will be a single award indefinite delivery, indefinite quantity (IDIQ) contract with a five-year ordering period, and it is set to be released around mid to late September 2024. Interested parties can direct inquiries to Contract Specialist Magda V. Velarde at magda.velarde@navy.mil or by phone at 619-947-1934.
    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.
    Procurement of the most current versions of the Njord Wave generation Software and most current version of the G8 Control Card Firmware that includes 2nd Order effect reductions, which are necessary to modernize the Mask Wavemaker
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Carderock Division (NSWCCD), is seeking to procure the latest versions of the Njord Wave Generation Software and G8 Control Card Firmware to modernize the Mask Wavemaker. This procurement includes not only the software and firmware but also essential support services for installation, commissioning, and tuning of the wavemaker, specifically addressing 2nd Order effects to enhance performance. The initiative is critical for maintaining the operational efficiency of naval technology, as the existing system's replacement would incur significant costs and extended downtimes. Interested contractors must respond to the request for quotes by 4:00 PM on September 26, 2024, and can contact Christopher C. Rolince at christopher.c.rolinc@navy.mil or 757-513-7247 for further details.