Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 02, 2010 FBO #2961
SOURCES SOUGHT

U -- Training and Certification in support of the US Army Chaplains in Strong Bonds Program

Notice Date
12/31/2009
 
Notice Type
Sources Sought
 
NAICS
611430 — Professional and Management Development Training
 
Contracting Office
Contracting Center of Excellence (NCR-CC), ATTN: Policy and Compliance, 5200 Army Pentagon, Room 1D245, Washington, DC 20310-5200
 
ZIP Code
20310-5200
 
Solicitation Number
W91WAW-10-R-0033
 
Response Due
1/11/2010
 
Archive Date
3/12/2010
 
Point of Contact
Joyce R. Bettis, (703) 428-0489
 
E-Mail Address
Contracting Center of Excellence (NCR-CC)
(joyce.bettis@hqda.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This combined sources sought/ synopsis announcement issued by the US Army Contracting Command, Contracting Center of Excellence (CCE) at Hoffman II, on behalf of the Office of the Chief of Chaplains intends to procure certification training in the Strong Bonds version of the Survival Skills for Healthy Families program, using small business set-aside procedures or under full and open competitive procedures. If at least two responsible small business concerns are determined by the Government to be capable of performing this requirement based on the evaluation of the capability packages, the requirement will be solicited as a 100% set-aside for small business concerns in accordance with FAR Part 19. If capability packages are not received from at least two responsible small business concerns in accordance with FAR Part 19 by the response date or if the Government determines that no small business concerns in accordance with FAR Part 19 are capable of performing this requirement based upon an evaluation of the capability packages submitted; this requirement will be solicited under full and open competitive procedures. Only small businesses concerns are to submit capability packages by 11 January 2010 at 9:00 AM Eastern Standard Time. NO EXCEPTIONS. Interested small businesses that are certified and qualified as a small business concern in NAICS code 611430 with a size standard of $7.0 Million are encouraged to submit their capability packages. The capability packages for this sources sought market survey are not expected to be proposals, but rather statements regarding the companys existing experience in relation to the areas specified in the PWS. Capability packages must not exceed 10 pages in length and must be submitted electronically. Packages over 10 pages will not be evaluated. Responsible Small business concerns are to outline their experiences in Survival Skills for Healthy Families curriculum. Areas or tasks where a contractor does not have prior experience should be annotated as such. The following questions must be answered and elaborated on as part of the package: (1) What experience does your company have with certifying individuals as trainers to conduct training in the Survival Skills for Healthy Families Curriculum? (2) What experience does your firm have in developing the curriculum for Survival Skills for Healthy Families? (3) What experience does your company have with Army level activities in providing curriculum that is focused on the delivery of resiliency programs to military families to build healthy relations in the environment of pre and post deployment concerns? (4) Does your company have an experienced staff who has conducted training to prepare military families to better cope with the challenges of relationships, military careers and wartime issues? (5) What experience does your company have with the Armys Strong Bonds program or military Chaplain lead programs? To assist us in maintaining a list of interested small business concerns for this potential procurement, please provide your companys name, point of contact (POC), address, phone number, and business size under the above NAICS code to the POC for this procurement, Joyce Bettis. A Firm-Fixed Contract is anticipated. The anticipated period of performance will be a base period of twelve months and two (2) option years and reads as follows: Base Year: 14 February 2010 to 13 February 2011, Option Year I: 14 February 2011 to 13 February 2012, Option Year II: 14 February 2012 to 13 February 2013. The place of performance will be within and outside the continental United States. A written Request for Proposal (RFP) will be posted on or about 18 January 2010. The RFP must be retrieved and downloaded from the Governments point of entry on FedBizOpps.Gov at www.fbo.gov. No hard copies of the RFP will be issued. All amendments will be posted and must be retrieved from this website. Responses to the RFP must be submitted by email to the POC identified below. No solicitation mailing list will be compiled. Contractors are responsible for all costs for submitting their capability packages. POC is Joyce Bettis at 703-428-0489 or joyce.bettis @us.army.mil or Mr Donald Leath at 703-428-1211 or donald.leath@us.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/159276e981d2c035b00c9eaf61c325e8)
 
Place of Performance
Address: Contracting Center of Excellence (NCR-CC) ATTN: Policy and Compliance, 5200 Army Pentagon, Room 1D245 Washington DC
Zip Code: 20310-5200
 
Record
SN02033631-W 20100102/091231234228-159276e981d2c035b00c9eaf61c325e8 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.