Loading...
N0018926RB002
Response Deadline
Apr 30, 2026, 8:00 PM(EDT)14 days
Eligibility
Contract Type
Solicitation
Amendment 0002
The following language is added to section L:
1. Each successful offeror will receive an Indefinite Delivery/Indefinite Quantity (IDIQ) contract with a preestablished maximum ceiling of $342,000,000. For source selection, best-value tradeoff, and price analysis purposes the Government will consider the offeror's credit hour rates, applicable fees, materials, and fully burdened rates for the program management and IT Data Support CLINs. This approach ensures a fair evaluation regardless of the number of programs an offeror provides. The pricing sheet, Attachment IV, is uploaded to the attachments section under the announcement in sam.gov.
2. The Page limitation instruction contained in Section L is revised as follows. Please refer to the instruction narrative in the attached Amendment 0002. Volume I: Non-Price Proposal Submission Guidelines The "Non-Price Proposal," referred to as Volume I, is strictly limited to a maximum of 37 pages in total. This page count is all-inclusive, covering all content such as charts, diagrams, and other graphics. The proposal consists of four key evaluation factors, each with a specific page limitation. The Offeror's submission for the Academic Capabilities section must be integrated into the complete Volume I package.
Breakdown of Non-Price Evaluation Factors
Evaluation Factor Associated Form Page Limit
Institutional Characteristics Phase I Form 5 pages
Performance Approach N/A 8 pages
Academic Capabilities* Phase II Form 18 pages
Past Performance Past Performance Info. Form 6 pages
Total 37 pages
________________________________________
* Note on Academic Capabilities: Offerors may propose up to a maximum of 18 distinct academic fields. Each proposed academic field must be detailed on a single, dedicated page, contributing to the section's 18-page limit. The individual page limits for each evaluation factor will govern the length of the respective sections. The total length of Volume I will be the sum of the pages submitted for each of the four factors.
3. The Questions and Answers (Q&A) in Attachment V is amended to correct questions 19 and 20.
Answers to questions 19 and 20: Please refer to the amended page limitation outlined above and in Amendment 0002 contained in the attachments section of this solicitation announcement in sam.gov.
4. Attachment IV pricing sheet is attached.
5. An updated Question and Answer (Q&A) document is uploaded titled, "Attachment V"
Amendment 0001
1. Questions and Answers provided as Attachment V via this amendment to the solicitation.
2. Clarification is provided concerning Section M of the solicitation. Offerors will be provided to
submit an excel spreadsheet as part of "Volume II Price Proposal." The spreadsheet will be included
as Attachment IV and will be forthcoming in Amendment 0002. The language in the solicitation
sections L&M have been updated.
This is non-personal services Multiple Award Contract (MAC). The contracts are for the continued development and expansion of the USNCC Consortium for Integrated Academic Solutions (CIAS), supporting the strategic growth and outreach of USNCC. The purpose of this requirement is for the USNCC to continue growth of high-quality, naval-relevant programs for the maritime services that are readily accessible, low cost, and scalable. Under this contract, the USNCC envisions providing academic programs and services leading to approximately 15-20 different associate degrees, as well as embedded and stand-alone certificates, micro-credentials, and courses in both technical and non-technical fields of study.
John D. Favata (771) 229-0621
DEPT OF DEFENSE
DEPT OF THE NAVY
NAVSUP
NAVSUP GLOBAL LOGISTICS SUPPORT
NAVSUP FLC NORFOLK
NAVSUP FLT LOG CTR NORFOLK
NAVSUP FLT LOG CTR NORFOLK
ATTENTION CODE 301
1968 GILBERT STREET SUITE 600
NORFOLK, VA, 23511-3392
NAICS
Colleges, Universities, and Professional Schools
PSC
EDUCATION/TRAINING- OTHER
Set-Aside
No Set aside used