Federal Contract Opportunity

Last Updated on 08 Apr 2024 at 2 PM
Combined Synopsis/Solicitation
Indian head Maryland

BPA - Educational Support Services PSC U001, U002, U004 -U006, U008, U009, U012, U014, U099

Details

Solicitation ID N0017424SN0032
Posted Date 08 Apr 2024 at 2 PM
Response Date 11 Nov 2028 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Nswc Indian Head Division
Agency Department Of Defense
Location Indian head Maryland United states 20640

Possible Bidders

Miscellaneous Foreign Contractors

Frankfurt am main Isando Washington Arlington

J & L America Incorporated

Southfield Livonia

Miscellaneous Foreign Awardees

Ciudad de mexico Toronto, ontario Bertrange Arlington Madrid Washington St lo Kampala

Ricoh Corporation

Charlotte Norcross Caldwell Rockville Minneapolis Lombard West caldwell Tustin Atlanta Arlington Pasadena Irvine Stamford Hillside Coppell San diego Philadelphia Alexandria

Sign up to access Documents

Signup now

Naval Surface Warfare Center Indian Head Division (NSWC IHD), located in Indian Head, Maryland, is interested in establishing Blanket Purchase Agreements (BPAs) with companies that provide standard commercial supplies and services at competitive prices in Classification:

PSC/FSC Code U001, NAICS 611710, LECTURES FOR TRAINING

PSC/FSC Code U002, NAICS 611710, ERSONNEL TESTING

PSC/FSC Code U004, NAICS 611710, SCIENTIFIC/MANAGEMENT

PSC/FSC Code U005, NAICS 611710, TUITION/REG/MEMB FEES

PSC/FSC Code U006, NAICS 611710, VOCATIONAL/TECHNICAL

PSC/FSC Code U008, NAICS 611710, TRAINING/CURRICULUM DEVELOPMENT

PSC/FSC Code U009, NAICS 611710, EDUCATION SERVICES

PSC/FSC Code U012, NAICS 611710, INFORMATION TRAINING

PSC/FSC Code U014, NAICS 611710, EDUCATION/TRAINING- SECURITY

PSC/FSC Code U099, NAICS 611710, OTHER ED & TRNG SVCS

BPA Calls will not exceed the Simplified Acquisition Threshold and Offerors will compete at the call level.

Interested companies must (have/include):

  • Cover sheet with the official company name, cage code, and point of contact including name, phone number, and email address.
  • Documentation addressing the capabilities and expertise.
  • Complete and return a price list, if applicable.
  • BPA's will be awarded on the basis of positive Past Performance. Interested vendors should provide a minimum of three Past Performance References (attached). The Past Performance references shall include name of the business/organization, address, and contract /order number, and award amount, point of contact, telephone number and description of the item.  The Past Performance will be evaluated based upon Customer Satisfaction, Timeliness, Technical Success, Program Management, and Quality.  The government reserves the right to use additional references if available.
  • An active account in the Procurement Integrated Enterprise Environment (PIEE formerly WAWF) at https://pieef.eb.mil to enter invoices and receiving reports, or credit card as a method of payment.
  • An active account in System for Award Management (SAM https://www.sam.gov)

Important Notes:

*This is a small business set-aside. If you possess a GSA contract, please note your GSA contract number in your response.

*Vendors who are found to have technical and past performance merit will be issued a Master BPA to be able to bid on future requirements.

*Price lists and catalog prices can be provided as they may help with direct award under the $10k threshold.

*The Government intends to issue Master BPAs on 6 month rotation through February 2029.  To be considered for a February award, interested vendors should provide documentation and references to by email to [email protected] no later than 31 December.  For an August award, interested vendors should provide documentation and references by email to [email protected] no later than 30 June.

*The Government reserves the right to consider past performance information available from other sources, including, but not limited to, information in the Contractor Performance Assessment Reporting System (CPARS), the Past Performance Information Retrieval System (PPIRS https://www.ppirs.gov), and the Federal Awardee Performance and Integrity Information System (FAPIIS).

The Points of Contact for this request are:

  1. Barbara Grinder – [email protected]
  2. Brandi Sorzano – [email protected]
  3. TPOC/TAS – (Bryan Towers) – [email protected]

**Attachments**

All announcements should include 3 Past Performance Reference. (Sheet attached).

Similar Awards

Norfolk Virginia Not Specified
Linthicum heights Maryland Not Specified
Norfolk Virginia Not Specified
Long beach California Not Specified