Description
NAVSUP Fleet Logistics Center (FLC) San Diego is conducting market research to identify capable vendors that have the resources and experience to provide non-personal support services for the Readiness Assistance Training Team (RATT) program. The effort will provide expert-level mentorship, assessment, and training to U.S. Navy surface ship crews to improve material readiness and operational proficiency. This requirement will be a SeaPort-NxG Task Order. The anticipated period of performance shall include a one-year base period, followed by four (4) one-year option periods, for a total potential period of performance of five (5) years. This requirement is currently being met by SeaPort task order N00244-21-F-3025, awarded to Gryphon Technologies, L.C.. Your capability statement should specifically address your company's understanding of and preparedness to meet the following critical program challenges: Cleared Personnel: Acknowledge and describe your ability to source, hire, and provide a workforce where all personnel possess the required security clearances at the time of contract award, ready to perform on day one without delay. Highly Qualified and Experienced Workforce: Describe your approach to recruiting and retaining uniquely qualified personnel who meet the extensive experience requirements detailed in the PWS (e.g., former Commanding Officers, Chief Engineers, and senior enlisted leaders with 15-25+ years of naval experience). Of importance is the ability to provide a workforce that is capable of sustained, high-quality performance during extensive shipboard embarkations. Extensive Travel Execution: Acknowledge and describe your corporate capability to manage and execute the significant CONUS and OCONUS travel required to support a globally dispersed fleet, including managing all associated logistics and costs. If interested in this opportunity, please submit a capability statement (no more than six (6) pages in length) demonstrating the ability, experience, and knowledge to provide the required services, and/or PWS revisions/comments by 08 May 2026 at 10:00 AM PST. The Capability Statement and PWS feedback/comments shall be submitted to Ms. Christine Jordan at christine.jordan@navy.mil. A draft Performance Work Statement (PWS) is attached to this announcement and please include your business size, socioeconomic status, and cage code in your submission. For small business set-asides, FAR clause 52.219-14 “Limitations on Subcontracting,” will apply. Note that if there is sufficient demonstrated interest and capability among small businesses, a key factor in determining if an acquisition will be a small business set-aside is that two (2) or more potential small business prime contractors must be capable of performing at least 50% of the effort , as defined in FAR clause 52.219-14, either alone or in conjunction with other similarly situated entities . Please provide details regarding teaming arrangements, and if subcontracts are to be use…
Classification
Place of Performance
Contracting Office
Contacts
Attachments (1)