Joint Data Network Operations Officer (JDNO) Course Development and Delivery
Looking for contract opportunity help?
APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.
APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.
The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).
General Information
- Contract Opportunity Type: Sources Sought (Original)
- Original Published Date: Jan 04, 2023 01:53 pm EST
- Original Response Date: Jan 16, 2023 01:00 pm EST
- Inactive Policy: Manual
- Original Inactive Date: Jan 16, 2023
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: R425 - SUPPORT- PROFESSIONAL: ENGINEERING/TECHNICAL
- NAICS Code:
- 541330 - Engineering Services
- Place of Performance: Fayetteville , NC 28303USA
Description
This is a sources sought synopsis to determine the availability of potential sources capable of providing course development, maintenance and training support for the Joint Staff (JS), J7 Joint Data Network (JDN) Operations Officer (JDNO) curriculum at the Joint Interoperability and Data Link Training Center (JID-TC) Pope Army Airfield, NC. See the attached draft Performance Work Statement (PWS) for full details of the requirement.
This is a Sources Sought Synopsis announcement; market survey for information only, to be used for preliminary planning purposes. No proposals are being requested or accepted with this synopsis. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT SHALL BE AWARDED FROM THIS SYNOPSIS.
The primary place of performance includes Pope Army Airfield, Fort Bragg, North Carolina with potential travel for course deliveries to be provided at Government destinations at Fort Gordon, Georgia; Colorado Springs, Colorado; Norfolk, Virginia; and Wright Patterson, Ohio. This requirement is new. The anticipated performance period will be comprised of a one-year Base Period and 3 subsequent one-year Option Periods. The commencement of services under any resultant award is anticipated on or before the expiration of Fiscal Year 2023. The North American Industry Classification (NAICS) code is 541330. The Product Service Code is R425.
Interested offerors possessing the requisite experience, skills, resources, and capabilities necessary to perform the stated requirement are invited to respond to this source sought synopsis by providing their capability information by the submission of an executive summary, no more than five (5) pages in length. The submission shall include the following information and should reference N0018923RJDNO:
1. Company name; address; email address; web site address; point of contact name; and phone number. Please also indicate if the identified prospective offeror would be performing in the capacity of a prime or subcontractor in support of the JDNO procurement. If significant subcontracting or teaming is anticipated in order to demonstrate and deliver technical capability, prospective offerors should address the administrative and management structure of such arrangements.
2. Contractor and Government Entity (CAGE) Codes for all prime and subcontractor prospective offerors.
3. Size of business for all prime and subcontractor prospective offerors - Large Business, Small Business, Small Disadvantaged Business, 8(a), Hubzone, Woman-owned, Veteran-Owned, Service Disabled Veteran-owned, etc.
4. A tailored capability statement displaying the prospective offeror’s ability to perform the JDNO Performance Work Statement (PWS) requirements attached herein in support of JS, to include past performance information. When providing past performance information, please include only relevant past performance on the same/similar work within the last five (5) years. This relevant past performance information should identify the applicable contract number; total contract dollar amount; contract period of performance; description of the relevant services provided to include a brief description of the services performed; and a customer point of contact with corresponding telephone number and e-mail address. If subcontractor past performance is provided in order to demonstrate technical capability, the prospective offeror should clearly detail what aspects of the PWS the subcontractor is supporting.
All submissions are required to be submitted via email to Brittany Simmons at brittany.s.simmons3.civ@us.navy.mil no later than1:00pm (local time/Philadelphia, PA) on 16 January 2023. Please direct any questions concerning this sources sought synopsis via email to Britany Simmons.
This announcement constitutes a sources sought synopsis for written information only and is not to be construed in any way as a commitment by the Government. This is not a solicitation announcement for proposals and a contract will not be awarded from this announcement, nor will the Government pay for the information received in response to this announcement. Respondents will not be notified of the results. Please note the information contained within this sources sought synopsis will be updated and/or may change prior to issuance of an official Pre-Solicitation synopsis notice and subsequent solicitation. This is for Market Research purposes solely.
Attachments/Links
Contact Information
Contracting Office Address
- ATTENTION CODE 301 1968 GILBERT STREET SUITE 600
- NORFOLK , VA 23511-3392
- USA
Primary Point of Contact
- Brittany Simmons
- brittany.s.simmons3.civ@us.navy.mil
- Phone Number 7574432104
Secondary Point of Contact
- Mary Mezzatesta
- mary.l.mezzatesta.civ@us.navy.mil
History
- Jan 16, 2023 11:58 pm ESTSources Sought (Original)