Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 27, 2012 FBO #3716
SOURCES SOUGHT

R -- Sources Sought for Force Management education and training personnel and support services.

Notice Date
1/25/2012
 
Notice Type
Sources Sought
 
NAICS
611430 — Professional and Management Development Training
 
Contracting Office
Contracting Center of Excellence (NCR-CC), 200 Stovall Street, 11TH Floor, Alexandria, VA 22331-1700
 
ZIP Code
22331-1700
 
Solicitation Number
W91WAW-12-R-0042
 
Response Due
2/10/2012
 
Archive Date
4/10/2012
 
Point of Contact
Kathryn Louis, 703-325-8665
 
E-Mail Address
Contracting Center of Excellence (NCR-CC)
(kathryn.a.louis.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
This sources sought announcement is for information and planning purposes only; it is not to be construed as a commitment by the Government. A contract may not be awarded as a result of this sources sought announcement. The US Army Contracting Command, National Capital Region (ACC-NCR) at Hoffman II, on behalf of the Deputy Chief of Staff, G3/5/7, Force Management Directorate, intends to procure personnel, equipment, supplies, tools, materials, supervision and other items and non-personnel services necessary to operate and present Force Management education and training to DOD personnel for the U.S. Army Force Mangement School (AFMS) using small business set-aside procedures in accordance with FAR Part 19 or under full and open competitive procedures. If at least two small business concerns are determined by the Government to be capable of performing this requirement based on the evaluation of the capability packages submitted by Friday 10 February, 2012, no later than 12:00 PM EST, 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 are to submit capability packages. Interested small business concerns that are qualified as a HUBZone, or small business concern in NAICS code 611430 with a size standard of $7,000,000.00 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 company's existing experience in relation to the areas specified in the PWS. Capability packages must not exceed 30 pages and must be submitted electronically. All contractor questions must be submitted, by e-mail, to kathryn.a.louis.civ@mail.mil no later than 12:00 PM EST on Wednesday 1 February, 2012. Small business concerns are to address the following questions (Areas or tasks where a contractor does not have prior experience should be annotated as such.): 1. Technical understanding of the work: What degree of understanding do you have with the Total Army School System (TASS), U.S. Army Training and Doctrine Command (TRADOC) Accreditation requirements, Force Management processes and systems, Planning, Programming, Budget, and Execution (PPBE), U.S. Title 10 roles and responsibilities, Army Organizational Life Cycle Model, and other Force Management processes and systems. 2. Demonstrate knowledge of TASS, TRADOC Accreditation requirements, Force Management, Force Development, Force Integration, and how the Army fulfills its roles and responsibilities through Title 10 functions. Small business concerns must also address their technical understanding of the Army Strategic Leadership Development Program (ASLDP), and Army Senior Executive Education Program (ASEEP). Mere recitation of the PWS does not demonstrate technical understanding of the work. 3. Key Personnel: Do the key staff members that would be assigned to this requirement have the academic, functional, technical knowledge and experience directly related to the tasks outlined within the PWS? Do you have sufficient resources on hand and available to begin work on the effort? Do you have, at minimum, secret clearance? Please demonstrate your key personnel's technical knowledge, experience and understanding of TASS, TRADOC Accreditation, Army Force Mangement School (AFMS), AFMS curriculum/subject matter to include the Force Management functions, systems, and processes relevant to accomplish the required service. PWS tasks outlined in Part 5, Specific Tasks. Do you have key staff members to facilitate the delivery of training programs to senior Army leaders as part of the Army Strategic Leadership Development Program (ASLDP) and Army Senior Executive Education Program (ASEEP)? 4. Past Performance: Do you have specific past performance and experience with the execution of an Army Educational Institution, TASS, TRADOC Accreditation requirements, Force Mangement, Force Development, Force Integration, Title 10 functions, PPBE, Army Organizational Life Cycle Model, ASLPD, ASEEP, or similar work equivalent to PWS tasks? Elaborate on relevant past performance within the last three years. 5. Corporate Experience: Does your firm have the work experience similar in nature, scope, complexity, and difficulty as the work stated in the PWS? A draft PWS is attached for your information. This document may not be in final form and is subject to change. To assist us in maintaining a list of interested small business concerns for this potential procurement, please provide your company's name, point of contact (POC), address, phone number, and business size under the above NAICS code to Kathryn Louis for this procurement. A single award ID/IQ contract is anticipated. The anticipated period of performance will be 23 July 2012 through 22 July 2015. The place of performance will be the Army Force Management School. Contractor personnel will require a current secret clearance. A written Request for Proposal (RFP) will be posted on or about 16 March 2012. The RFP must be retrieved and downloaded from FedBizOps at https://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. Capability packages must be submitted by Friday 10 February, 2012, no later than 12:00 PM EST to POC Kathryn Louis at kathryn.a.louis.civ@mail.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/f4e2bcb5ce975bb44866f563bbe8e816)
 
Place of Performance
Address: Contracting Center of Excellence (NCR-CC) 200 Stovall Street, 11TH Floor Alexandria VA
Zip Code: 22331-1700
 
Record
SN02660564-W 20120127/120125234153-f4e2bcb5ce975bb44866f563bbe8e816 (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.