Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 19, 2009 FBO #2792
SOURCES SOUGHT

U -- MEDICAL INSTRUCTORS & SUPPORT

Notice Date
7/17/2009
 
Notice Type
Sources Sought
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, USASOC, ATTN:E-2929, Fort Bragg, North Carolina, 28310
 
ZIP Code
28310
 
Solicitation Number
MEDINSTSUP
 
Archive Date
8/10/2009
 
Point of Contact
Gloria J Harris, Phone: 910-432-6978
 
E-Mail Address
harrisgl@soc.mil
(harrisgl@soc.mil)
 
Small Business Set-Aside
8a Competitive
 
Description
This is not a Notice of solicitation issuance, but rather a request for information.(RFI) from industry that will allow the Government to identify interested sources of capable of meeting the requirement. The information sought herein is for planning purposes only and shall not be construed as a request for quote (RFQ), request for proposal (RFP), invitation for bid (IFB), or as an obligation of commitment on the part of the Government to acquire any product or service. There shall be no basis for claims against the Government as a result of information submitted in response to the RFI. The Government does not intend to award a contract on the basis of this RFI, or otherwise pay for any information submitted by respondents to this request. This notice is for market research purposes only and is not indicative of a full requirement. Should a requirement arise, the full requirement will be detailed in the solicitation. The United States Army Special Operations Command (USASOC) is seeking to identify 8(a) certified small business sources capable of providing instruction in the Special Operations Forces (SOF) Medical Courses offered by the Joint Special Operations Medical Training Center (JSOMTC), US Army John F Kennedy Special Warfare Center and School. Respondents should specifically demonstrate their ability to perform at least 51 percent of the work required. This is a market survey, not a request for proposals. Businesses other than 8(a) certified small businesses should not respond. The contractor will also be responsible for performing information management technical support and administrative and logistical support for the JSOMTC in accordance with the established Performance Work Statement (PWS). The Contractor shall teach all classes identified as contractor taught in strict accordance with the Program of Instruction (POI) and lesson plans approved by the government. The Contractor shall provide all personnel, equipment, tools, materials, supervision and other items and services necessary to perform training and other support services at Fort Bragg, North Carolina. Examples of the required support includes advanced medical instructors, paramedic instructors, veterinarian, logistics, engineering (IT/AV), and personnel/administrative functions. Examples of the support required in the administrative and logistical support are: development/ implementation of training, development of training aids and the life-cycle support of the military training systems including the installed audio-visual, communications, and information technology systems as well as their supporting electrical, electronic, and electro-mechanical equipment. The anticipated period of performance is a 12 month base period with three one-year options. Interested parties are requested to submit a capabilities statement that clearly demonstrates their corporate capabilities. The capabilities statement should not exceed 15 pages and must provide a summary of relevant experience and knowledge that addresses the entire scope of the statement of work. Key elements to consider in your submission are technical approach to meeting the requirement, prior experience in teaching the same or similar courses. The narrative must include information on personnel to include the number of years of experience and relevant certifications. The statement should also include substantive current and/or recent past performance references that identify the contract number, customer, contract value, type of contract, period of performance, prime or subcontractor designation, a brief description of the services, and the Contracting Officer's Representative's (COR's) name, email address, and phone number. The anticipated North American Industry Classification Standards (NAICS) is 541990, All other Professional, Scientific, and Technical Services with a size standard of $7.0 M. Contractors interested in performing these services should be registered in Central Contractor Registration ( www.ccr.gov ). Contractors responding to this Sources Sought are asked to provide the following information: company's full name and address, DUNS number, business size, address, financial capability statement, and a point of contact. Please also advise the government of pending changes in the business size status. In addition, respondents shall provide average annual revenues for the past 3 years and number of employees; affiliate information: parent company, joint venture partners, potential teaming partners; and additional documentation such as company literature and brochures. Responses shall be submitted electronically via email to harrisgl@soc.mil. If an interested source is not able to contact the Contracting Office via email, information/correspondence/requests may be submitted to the point of contact cited above via facsimile, (910) 432-9345. All responses shall be submitted by 4:00 PM on 31 July 2009. For information regarding this notice, contact Ms. Gloria Harris via email at the address above. Failure to respond to this RFI does not preclude participation in any future associated request for quotations that may be issued. Respondents will NOT be notified of the results. Documentation provided must address all required elements listed herein; providing only a reference to a website is unacceptable for purposes of this announcement and will not be considered or reviewed. All proprietary or corporate data received shall be clearly identified and shall be protected from release to sources outside the Government. Please do not submit classified material.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/FortBraggNC/MEDINSTSUP/listing.html)
 
Place of Performance
Address: HQ USASOC, FORT BRAGG, North Carolina, 28310, United States
Zip Code: 28310
 
Record
SN01879023-W 20090719/090717235734-879bd72667eed15fa69915427f81136d (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.