SOLICITATION NOTICE
X -- Classroom Space - Statement of Work
- Notice Date
- 3/19/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 531120
— Lessors of Nonresidential Buildings (except Miniwarehouses)
- Contracting Office
- Department of the Navy, Bureau of Medicine and Surgery, Naval Medical Center San Diego, Bldg 1, 34800 Bob Wilson Drive, San Diego, California, 92134-5000, United States
- ZIP Code
- 92134-5000
- Solicitation Number
- N0025918N0047
- Archive Date
- 4/4/2018
- Point of Contact
- Robert M. Salomon, Phone: 6195328108
- E-Mail Address
-
robert.m.salomon2.civ@mail.mil
(robert.m.salomon2.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- Notice of Intent to Sole Source The Naval Medical Center San Diego (NMCSD) intends to award a sole source purchase order under the authority of FAR 13.106-1(b), due to only one source being available to meet the Government's needs, to STRATEGIC OPERATIONS, INC., 4705 Ruffin Road, San Diego, CA 92123. Reference number is N0025918N0047. Requirement is for Classroom Space Lease Agreement for one (1) year in a facility with Situational Training Lanes for the Tactical Combat Casualty Care (TCCC) course required for U.S. Navy Corpsmen, in accordance with the statement of work, to facilitate an immediate transition from classroom to course. Strategic Operations, Inc. (STOPS) is the only source that can provide this classroom space that meets the minimum requirements as listed below: Minimum Salient Characteristics are as follows: 1. Classroom space for up to 60 students - 5 days a week; 2. Four (4) dedicated parking spots; 3. Access to Situational Training Lanes; 4. Use of restroom facilities; 5. Assist in transporting all classroom materials and supplies from NMCSD to the facility. 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 perform the required work. 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 10:30 AM Pacific Standard Time, March 20, 2018. Capability statements shall be submitted by e-mail ONLY as a Microsoft Word or Adobe PDF attachment to the following address: robert.m.salomon2.civ@mail.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/BUMED/N00259/N0025918N0047/listing.html)
- Record
- SN04859490-W 20180321/180319231431-18c4cb3e7f848d8de1178373e3aaddac (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |