Notification of Intention to Sole Source Resolute Hunter Instruction services
General Information
- Contract Opportunity Type: Special Notice (Original)
- Original Published Date: Sep 21, 2022 02:23 pm PDT
- Original Response Date: Sep 29, 2022 10:00 am PDT
- Inactive Policy: 15 days after response date
- Original Inactive Date:
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: U013 - EDUCATION/TRAINING- COMBAT
- NAICS Code:
- 611710 - Educational Support Services
- Place of Performance: Fallon , NV 89406USA
Description
NOTICE OF INTENT - THIS IS A NOTICE OF INTENT TO AWARD A SOLE SOURCE CONTRACT AND IS NOT A REQUEST FOR COMPETITIVE QUOTES
Naval Supply Systems Command (NAVSUP) Fleet Logistics Center San Diego (FLCSD) Seal Beach Det. intends to award a Firm Fixed Price (FFP) purchase order under the authority of in accordance with 15 U.S.C 637(m)(8) “Authority for sole source contracts for small business concerns owned and controlled by women in substantially underrepresented industries”, as implemented by FAR 19.1506 (b) and FAR 6.302-5(b)(7) to : PatchPlus Consulting, 2 North Main Street, Suite 203B, Medford, New Jersey, 08055-2460 for the Subject Matter Expert (SME) contractor support towards the planning and execution of the RESOLUTE HUNTER (RH) 23-1/23-2 exercise located at Naval Air Station, Fallon, NV.
The Naval Aviation Warfighting Development Center (NAWDC) Maritime Intelligence, Surveillance and Reconnaissance Weapons School (MISRWS) requires the technical expertise and functional support to NAWDC’s MISRWS in the design, planning, preparation, execution, and evaluation / assessment phases of the RH exercise. NAWDC, via the MISRWS, is responsible for the effective implementation of each phase of the exercise. The RH exercise is held semi-annually, requiring year-round preparation to effectively execute and develop. With the annual workload on the MISRWS staff, contractor support is required for the effective preparation and execution of the RH exercise and to maintain the current standard of excellence.
The anticipated award date of this action is on or before 29 September 2022. The applicable NAICS code is 611710. This notice of intent is not a request for competitive proposals and no solicitation document exists for the requirement. Sources interested in responding to this notice are required to submit a capability statement that includes management and technical data and cost information, in sufficient detail and with convincing evidence that clearly demonstrates the capability to provide continued operation test and evaluation (OT&E) on existing HOL research. Capability statements shall not exceed 6 (8.5 x 11 inch) pages using a font size no smaller than 10-point. All capability statements received by the due date of this notice will be considered by the Government. A request for documentation or additional information or submissions that only ask questions will not be considered as an affirmative response. A determination by the Government not to compete based on responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement or to proceed with a sole source purchase order. Capability statements are due by 10:00 AM Pacific Standard Time (PST), 30 September 2022. Capability statements shall be submitted by e-mail ONLY as a Microsoft Word or Adobe PDF attachment to Melissa Ferri, Contract Negotiator at the following email address at: melissa.ferri@navy.mil
NO TELEPHONE REQUESTS/OFFERS WILL BE HONORED
Attachments/Links
Contact Information
Primary Point of Contact
- Melissa Ferri
- melissa.ferri@navy.mil
- Phone Number 5626267365
Secondary Point of Contact
History
- Oct 14, 2022 08:56 pm PDTSpecial Notice (Original)