Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 08, 2007 FBO #2203
SOURCES SOUGHT

U -- Non personal services to include all provide personnel, management, and any other items and services, not Government furnished, necessary to conduct Military Skills Enhancement instruction for Soldiers on the Fort Bliss, Texas installation.

Notice Date
12/6/2007
 
Notice Type
Sources Sought
 
NAICS
611710 — Educational Support Services
 
Contracting Office
ACA, Fort Bliss, Directorate of Contracting, Attn: ATZC-DOC, Building 2021, Club Road, Fort Bliss, TX 79916-6812
 
ZIP Code
79916-6812
 
Solicitation Number
W911SG-08-S-0001
 
Response Due
12/14/2007
 
Archive Date
2/12/2008
 
Point of Contact
Melitona Segura, (915) 568-3423
 
E-Mail Address
Email your questions to ACA, Fort Bliss
(seguram@bliss.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
SOURCES SOUGHT ONLY. The Army Contracting Agency, Directorate of Contracting at Fort Bliss, Tx is conducting market research to determine potential sources to provide Military Skills Enhancement instruction for Soldiers on the installation, or other sites as requested by the Government. Military Skills Enhancement instruction are courses taught in Troop School for MOS improvement, or other courses, defined by the Government to enhance Soldier job performance, provide certification in technical skill s, or supplement knowledge, skills and abilities essential to mission success. Courses may lead to transcript college credit or to certification. Some examples of courses that my be requested are Ammunition awareness courses; automated air load planning system; sustainment training for New Logistics Systems after fielding (Such as revised automated system for ULLS Aviation); revised Standard Army Retail Re-supply System  Objective (SARRS-O); Global Combat Service Support Army (GCSS-A) and Combat Service Support Control System (CSSCS). ACCREDITATION. Courses that provide transcripts or evaluated post-secondary credit will be provided only by a contractor or sub-contractor accredited to award such credit by one of the American Council on Educations Accre diting Institutions for Post-Secondary Education. The contractor providing services under this contract shall be recognized by one of the following accrediting bodies: Accrediting Association of Bible Colleges, Accrediting Commission for Career Schools/C olleges of Technology, Accrediting Council for Independent Colleges and Schools, Association of Advanced Rabbinical and Talmudic Schools, the Association of Theological Schools in the United States and Canada, Distance Education and Training Council (forme rly the National Home Study Council), Middle States Association of Colleges and Schools, the New England Association of Colleges and Schools, Commission on Technical and Career Institutions, North Central Association of Colleges and Schools, the Northwest Association of Schools and Colleges, Southern Association of Colleges and Schools, Commission on Occupational Education Institutions, and the Western Association of Schools and Colleges. Proof of valid accreditation shall be provided with the proposal. Th e Government does not intend to award a contract on the basis of this notice or reimburse the costs incurred by potential offerors in providing the information requested herein. This is not a Request for Proposals, but instead a market research method to determine interested sources prior to issuing the solicitation. A period of performance of a 12 month base period plus four (4) 12 month option periods is anticipated. Based upon information currently available, the Government anticipates fulfilling this requirement through a small business set-aside program. THIS IS NOT A REQUEST FOR TECHNICAL OR COST PROPOSALS. This is a request for interested potential offerors to submit a brief capability statement demonstrating how they plan to meet the requirement s for the above draft performance work statement. The North American Industry Classification System (NAICS) code is 611710 with a size standard of $6.5M. Submission shall be limited to no more than five (5) pages. Standard brochures and paraphrasing of the PWS will not be considered a sufficient response to this notice. Submitted capability statement shall include the following: 1) Company name and Point of Contact information (address, telephone, facsimile, e-mail); 2) DUNS number and CAGE code; 3) Sm all Business Certification (to include 8(a), HUB Zone, SDVOB, etc.) 4) Technical description of capabilities in meeting the requirement and 5) Recent past performance (within three (3) years) information on Government and non-Government contracts of simil ar size scope and complexity. Requests for capability briefings will not be honored as a result of this notice. Businesses shall submit an electronic copy of the requested information to the Contract Specialist Ms. Meli Segura at meli.segura@conus.army.mil no later than Friday, December 14, 2007 at 3:00 pm; Mountain Standard time. Questions may be addressed to Ms. Meli Segura at the above e-mail address.
 
Place of Performance
Address: ACA, Fort Bliss Directorate of Contracting, Attn: ATZC-DOC, Building 2021, Club Road Fort Bliss TX
Zip Code: 79916-6812
Country: US
 
Record
SN01465157-W 20071208/071206230216 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.