Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 14, 2008 FBO #2361
SOURCES SOUGHT

U -- Training Assessments and analysis of Language Training

Notice Date
5/12/2008
 
Notice Type
Sources Sought
 
Contracting Office
Department of the Navy, Space and Naval Warfare Systems Command, SPAWAR Systems Center Charleston, P.O. Box 190022, North Charleston SC 29419-9022
 
ZIP Code
29419-9022
 
Solicitation Number
SSC-Charleston_MKTSVY_5CABA
 
Response Due
5/23/2008
 
Point of Contact
Point of Contact - Christy L Hammett, Contract Specialist, 843-218-5958
 
Small Business Set-Aside
N/A
 
Description
SPAWARSYSCEN, Charleston issoliciting information from potential sources for providing professional level Training Assessments and analysis of language training and language training related issues to support the U.S. Special Operations Command (USSOCOM) and its component commands: U.S. Army Special Operations Command (USASOC), U.S. Air Force Special Operations Command (AFSOC), U.S. Navy Special Warfare Command (NAVSPECWARCOM), and U.S. Marine Corps Forces Special Operations Command (MARSOC) to identify areas for improvement and recommend solutions. This notice is for planning purposes only. It is anticipated that a solicitation will be issued for an Indefinite-Delivery, Indefinite-Quantity (IDIQ), Cost Plus Fixed Fee contract with task orders. Firms are invited to submit appropriate documentation, literature, brochures and references to support that they possess the required specialized experience to perform the following services: This procurement is for training assessments and analysis support of institutional programs at Ft. Bragg, NC, Camp Lejeune, NC, and Hurlburt Field, FL and unit programs located at other Special Operations Forces (SOF) sites. The resulting reports and briefings will be used by the SOF Language Office (SOFLO) to provide targeted analysis and recommendations tailored to specific language programs and to substantiate needs for Service and DoD policy changes. Respondents should have in-depth experience using comprehensive training effectiveness and utility models based on theory, research and practice in the fields of learning, training, and psychology to assess the effectiveness of language training across training classes/events in a valid and standardized way. This training effectiveness model should incorporate the most current, commonly-accepted theory, research and practice in industrial and organizational (I/O) psychology and relevant fields. This model shall guide all data collection (e.g., surveys) allowing for comparisons of data across training programs during a single time period (i.e., cross-sectional analysis) by various groupings or for a comparison of individual or unit proficiency across time (i.e., longitudinal analysis; long-range). Respondents should also have significant knowledge of the various SOF military specialties and the characteristics that differentiate them from other data sets as well as from each other. For more information regarding the requirement, a draft Statement of Work (Attachment A) is attached. The estimated cost of this requirement is $10,000,000.00 over five years. Responses shall be submitted to SPAWARSYSCEN, Charleston, Code 2.2.5CH, PO Box 190022, North Charleston, SC 29419-9022, attention Christy Hammett or by electronic mail to christy.hammett@navy.mil. Responses shall be limited to 25 pages and must include the following: (1) name and address of firm; (2) size of business; average annual revenue for past 3 years and number of employees; (3) ownership: Large, Small, Small Disadvantage, 8(a), and/ or Woman-Owned; (4) number of years in business; (5) two points of contact: name, title, phone, fax and email; (6) DUNS number and Cage Code (if available); (7) affiliate information: parent corporation, joint venture partners, potential teaming partners, prime contractor (if potential sub) or subcontractors (if potential prime); (8) a list of customers covering the past 5 years: highlight relevant work, including a summary of work performed, contract number, contract type, dollar value for each customer reference, and customer point of contact with phone number and email address. NOTICE REGARDING SYNOPSIS: This synopsis is for information and planning purposes only and is not to be construed as a commitment by the Government. This is not a solicitation announcement for proposals and no contract will be awarded from this announcement. No reimbursement will be made for any costs associated with providing information in response to this announcement and any follow-up information requests. Respondents will not be notified of the results of the evaluation. Respondents deemed fully qualified will be considered in any follow-up information requests. The Government reserves the right to consider a Small Business set-aside or 8(a) set-aside based on responses hereto. The applicable NAICS code is 541611 with a size standard of $6.5M. Closing date for response is 23 May 2008 at 12:00pm (EST).
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=b6af941a4d4cd63c2b550a32bfb9cd23&tab=core&_cview=1)
 
Record
SN01571053-W 20080514/080512215656-b6af941a4d4cd63c2b550a32bfb9cd23 (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.