Federal Bid

Last Updated on 17 Dec 2024 at 6 PM
Sources Sought
San diego California

Combatant Craft Assault (CCA) Craft Courses of Instruction

Solicitation ID H92240-25-Q-1001
Posted Date 17 Dec 2024 at 6 PM
Archive Date 18 Jan 2025 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Naval Special Warfare Command
Agency Department Of Defense
Location San diego California United states 92155

Combatant Craft Assault (CCA) Systems & Engineering Training

Contracting Office Address

Naval Special Warfare Command

2000 Trident Way, Bldg. 624             

San Diego CA 92115-5599

Description

Naval Special Warfare Command has a requirement for to conduct Courses Of Instruction (COIs) that familiarize students with the design, function, repair, calibrating, emergency procedures, and trouble-shooting of the United States Marine, Inc. (USMI), CAGE: 0NNZ7 Combatant Craft Assault (CCA) electrical and propulsion systems onboard NSW CCA craft. These COIs will be targeted at the operator and technical/maintainer level.  The Government intends to utilize the procedures at FAR 6.302-1, Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements.  Information received from this sources sought notification will be used to confirm the acquisition strategy is appropriate.  The Government’s intent is to award a 5 year plus five one-year optional ordering periods Indefinite Delivery/Indefinite Quantity (IDIQ) type of contract issuing Firm Fixed Price (FFP) task orders to USMI.

This sources sought does not constitute a request for quotes; submission of any information in response to this market survey is purely voluntary; the government assumes no financial responsibility for any costs incurred; and it shall not be construed as any commitment by the Government to execute this requirement. 

If your Company has the potential capability to satisfy this requirement, please provide the following information:

1)  Company name

2)  Cage Code

3)  DUNS Number

4)  Address

5) Point of Contact

6)  E-mail Address

7)  Web Site Address

8)  Telephone number

9) Type of ownership (SB, Large Corp., etc.) for the Company under NAICS code 611519.

10)  Tailored capability statement addressing the particulars of this effort, with appropriate documentation supporting claims of capability.  If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements.  The total number of pages shall not exceed 5.

The government will evaluate responses to this Sources Sought to ascertain potential market capability.

Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. The Government is not obligated to notify respondents of the results of this announcement and it reserves the right to reject, in whole or in part, any private sector input as a result of this announcement.

NOTE:  Proprietary information and trade secrets, if any, must be clearly marked on all materials.  All information received that is marked Proprietary will be handled accordingly.  Please be advised that all submissions become Government property and will not be returned. 

Interested vendors should provide information to determine if the company:

(a) has adequate financial resources to perform the contract, or the ability to obtain them (see 9.104-3(a) and Subpart 52.219-14(a));

(b) has a satisfactory performance record (see 9.104-3(b) and Subpart 42.15);

(c) has a satisfactory record of integrity and business ethics (for example, see Subpart 42.15);

(d) has the necessary organization, experience, accounting and operational controls, and technical skills, or the ability to obtain them (including, as appropriate, such elements as production control procedures, property control systems, quality assurance measures, and safety programs applicable to materials to be produced or services to be performed by the prospective contractor and subcontractors).  (See 9.104-3 (a));

(e) has the necessary production capacity, construction, and technical equipment and facilities, or the ability to obtain them (see 9.104-3(a)); and

(f) is otherwise qualified and eligible to receive an award under applicable laws and regulations (see also inverted domestic corporation prohibition at FAR 9.108).


Submission Instructions: Interested parties who consider themselves qualified to fulfill the above-listed requirement are invited to submit a response to this Sources Sought Notice no later than 3 January 2025 12:00 PM EST via e-mail to Jack Gabriel at [email protected]  and Kelly McNeill at [email protected].

Bid Protests Not Available

Similar Past Bids

San diego California 07 Jan 2025 at 5 PM
Tampa Florida 13 Jan 2025 at 5 PM
Location Unknown 08 Jul 2019 at 3 PM
Location Unknown 08 Apr 2019 at 2 PM
Tampa Florida 25 Jan 2024 at 7 PM

Similar Opportunities

Location Unknown 09 Jul 2025 at 4 AM
Nebraska 14 Feb 2026 at 5 AM
Massachusetts 30 Jun 2032 at 8 PM
Boston Massachusetts 30 Jun 2032 at 8 PM
Washington navy yard District of columbia 22 Nov 2025 at 10 PM