Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 11, 2012 FBO #3760
SPECIAL NOTICE

U -- The U.S. Army Program Executive Office for Simulation, Training, and Instrumentation (PEO STRI) proposed Train, Educate, and CoacH (TEACH) multiple award Indefinite Delivery/Indefinite Quantity (ID/IQ) Contract.

Notice Date
3/9/2012
 
Notice Type
Special Notice
 
NAICS
611430 — Professional and Management Development Training
 
Contracting Office
PEO STRI Acquisition Center, 12350 Research Parkway, Orlando, FL 32826-3276
 
ZIP Code
32826-3276
 
Solicitation Number
W900KK12R0000
 
Archive Date
3/9/2013
 
Point of Contact
Gloria E. Bailey, 407-380-8508
 
E-Mail Address
PEO STRI Acquisition Center
(gloria.bailey1@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The U.S. Army Program Executive Office for Simulation, Training, and Instrumentation (PEO STRI) is contemplating a new multiple award Indefinite Delivery/Indefinite Quantity (ID/IQ) Contract for a wide range of training tasks and services to support the Warfighter Outside the Contiguous United States (OCONUS) and Continental United States (CONUS) locations. The proposed program is Train, Educate, and CoacH (TEACH). The North American Industry Classification System (NAICS) Class Code is 611430 Professional and Management Development Training. The size standard is $7 million average annual receipts. PROGRAM BACKGROUND: OCONUS and CONUS units rely on contracted support to train and instruct U.S. military combat troops, foreign national forces (e.g. SW Asia, etc.) and coalition forces in a variety of missions from the very fundamental tenets (literacy instruction) to war fighting skills. These demands and requests to PEO STRI for this instructional training across a varied customer base have driven the PEO to contemplate award of a multiple award contract dedicated to satisfying these customer/Warfighter services. The addition of PEO STRI's new training services contract will give the Army and our other Support Mission Customers a broader performance based service scope and increased efficiencies through competition. PROPOSED ACQUISITION STRATEGY: The Government anticipates awarding a small group (< 10) ID/IQ contractors that will be the offerors who demonstrate the ability to cover the depth and breadth of training and training related services as delineated in the Draft Performance Work Statement (PWS) provided with this announcement. The ID/IQ contract awards will be made to the selected offerors, who offer the best value to the Government. The Warfighter FOCUS (WFF) single award ID/IQ contract remains PEO STRI's primary vehicle to provide Life Cycle Contractor Support (LCCS) for Training Aids, Devices, Simulators and Simulations (TADSS) sustainment. The Government desires the best performance based solution sets available to provide the training and training related services to the Warfighter. The Government will not articulate how the Offeror should conduct or establish business arrangements to fulfill the TEACH requirements. Offerors will be evaluated on their capability to satisfy the full spectrum of requirements for TEACH for the initial IDIQ award. The TO evaluations will include the offerors ability to satisfy the specific requirements stated in the TO PWS. The Government has not finalized the small business strategy for TEACH. However, in accordance with FAR 19.7, The Small Business Subcontracting Program, large business will be required to submit small business subcontracting plan as part of their offer and in addition, the Government anticipates requiring an aggressive small business participation plan from all offerors. The Government shall award Task orders (TO) under the ID/IQ contract in accordance with FAR 16.505 - Ordering. TOs awarded may use any of the following contract types: Firm Fixed Price (FFP), Fixed Price Incentive (FPI), Cost plus Fixed Fee (CPFF), Cost, Cost plus Award Fee (CPAF), Cost plus Incentive Fee (CPIF), and a minimal amount of Time and Material (T&M). The Government envisions that the majority of the TOs will be FFP. To be eligible for award of a cost type contract, the contractor's accounting system shall be adequate for determining costs applicable to the contract as well as a Government approved purchasing system. TO awardees must have a security clearance of at least Secret. In some instances, awarded TOs may require handling of classified information up to Top Secret. The proposed period of performance (PoP) for the ID/IQ contracts is a twelve (12) month base year and nine (9) twelve (12) month option years. The Government anticipates limiting the TOs to a three (3) year total PoP (base year plus two (2) option years). PREVIOUS MARKET RESEARCH: The Government posted an initial request for information (RFI) on 25 March 2011 to facilitate development of the TEACH acquisition strategy (AS). Along with the RFI, the Government has presented industry with various briefings related to TEACH. Briefings were provided at the Training and Simulation Industry Symposium (TSIS) held in June 2011 and the Interservice Industry Training, Simulation and Education Conference (I/ITSEC) held in December 2011. The latest briefing slides available are from I/ITSEC and can be located at URL: http://www.peostri.army.mil/PAO/events/IITSEC/2011/FILES/2011-11-30_TSIS-IITSEC_TEACH.pdf. The Government Integrated Project Team (IPT) has conducted continuous one-on-one meetings with industry from April 2011 to present. CURRENT REQUEST FOR INFORMATION: This announcement includes a draft PWS and a survey which industry may use to provide feedback to the Government on the PWS. Responses for each question within the survey are limited. The Government requests that each company, business unit or business entity, submit only one consolidated response rather than separate responses from individual persons who wish to provide feedback. Submissions of the surveys are required no later than Monday, 26 March 2011 at 18:00 EDT. Please submit your survey via email to Ms. Ann Pham at: ann.pham@us.army.mil. All surveys and/or documentation submitted shall become the property of the Government. The Government reserves the right to utilize and share with industry any information suggested, unless information is identified with proprietary or business sensitive markings and unique to your company. In accordance with FAR 52.215-3 - Request for Information or Solicitation for Planning Purposes, (a) The Government does not intend to award a contract on the basis of this RFI or to otherwise pay for the information solicited except as an allowable cost under other contracts as provided in subsection 31.205-18, Bid and proposal costs, of the FAR, (b) Your response to this RFI will be treated as information only. It shall not be used as a proposal. The Government may or may not issue a solicitation as a result of this announcement. There is no solicitation available at this time. CONCLUSION: It is the Government's desire to continue to interface and communicate with industry throughout the acquisition process until such time that all communication must be directed to the Procuring Contracting Officer (PCO). The Government will provide information, draft documentation, and program updates as soon as they are available. FedBizOpps will be the authoritative source for information related to this program. Industry is encouraged to register for an account on FedBizOpps and visit this posting on a periodic basis. It is recommended that this posting be added to your "watch list", as defined in the FedBizOpps Vendor Guide, which will place this posting on a quick link on the vendor home page as well as provide notifications when this announcement is amended. The Government respectfully requests that information provided or office visits requested by industry be limited to instances that enhance or further the development of TEACH AS and related acquisition products. As the program moves forward, the Government anticipates conducting industry conferences to disseminate information and receive feedback. Please direct correspondence/questions on this matter to the PCO, Ms. Gloria E. Bailey at 407-380-8508, or email gloria.bailey1@us.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/STRICOM/W900KK/W900KK12R0000/listing.html)
 
Record
SN02693023-W 20120311/120309234850-ae29ba90c1c04407976f0ae2d197a6ab (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.