Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 04, 2015 FBO #5033
SOURCES SOUGHT

U -- Onsite Instructor-Facilitator Training - Draft Performance Work Statement

Notice Date
9/2/2015
 
Notice Type
Sources Sought
 
NAICS
611430 — Professional and Management Development Training
 
Contracting Office
Department of the Army, Army Contracting Command, MICC, MICC - Fort Sam Houston (JBSA), 2205 Infantry Post Road, Bldg. 603, Fort Sam Houston, Texas, 78234-1361, United States
 
ZIP Code
78234-1361
 
Solicitation Number
W9124J-15-R-0TRN
 
Archive Date
9/23/2015
 
Point of Contact
Michael T. Bilicki, Phone: 2104662198, BEVERLY A. TOWNS, Phone: 2104662192
 
E-Mail Address
michael.t.bilicki.civ@mail.mil, beverly.a.towns.civ@mail.mil
(michael.t.bilicki.civ@mail.mil, beverly.a.towns.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Draft Instructor-Facilitator Training Performance Work Statement THIS IS A Sources Sought Notice ONLY. The U.S. Government currently intends to award a contract for onsite Instructor-Facilitator (Train the Trainer) Training on an SOLE SOURCE basis, but is seeking vendors that may be able to perform this requirement in order to support a competitive procurement. Accordingly, the U.S. Government highly encourages all interested businesses (large and small) to respond to this sources sought synopsis. In addition, small businesses, in all socioeconomic categories (including, 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service-Disabled Veteran-Owned, Women-Owned Small Business concerns), must describe their identifying capabilities in meeting the requirements at a fair market price, i.e., information which may help support a set-aside. The proposed sole source firm fixed price contract to Langevin Learning Systems for onsite Instructor-Facilitator (Train the Trainer) training sessions. The statutory authority for the sole source procurement is 10 United States Code 2304(c)(1) as implemented in Federal Acquisition Regulation 6.302-1(a)(2)(iii), Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements. See attached draft Performance Work Statement (PWS) for further details regarding this potential requirement. The Government believes a sole source contract to Langevin Learning Systems is appropriate as a requirement exists in the PWS which requires the contractor to build upon previous training provided (by Langevin) and award advanced certifications which appear to be specific/proprietary to Langevin Learning Systems. This notice does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future. This notice does not commit the U.S. Government to contract for any supply or service. Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this sources sought notice. The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder. A determination not to compete this requirement, based upon responses to this notice, is solely within the discretion of the Government. However, if a competitive solicitation is released, it will be synopsized on the Government-wide Point of Entry. It is the responsibility of potential offerors to monitor the Government-wide Point of Entry for additional information pertaining to this requirement. The NAICS code is 611430, Professional and Management Development Training and the size standard is $11M. If a potential vendor believes they can provide products/services which meet or exceed the salient characteristics identified below, but under a different NAICS code, please feel free to respond to this Sources Sought document and identify the appropriate NAICS code and why you believe it is appropriate. In response to this sources sought, please provide: 1. Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition and identify alternatives or solution solutions. Also contact the MICC Advocate for Competition, Dean Carsello, at dean.m.carsello.civ@mail.mil or 210-466-2419, if you believe that this action is unreasonably restricting competition. Include the subject of the acquisition, this announcement, and the MICC POC information from the Sources Sought Synopsis. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion. 2. Name of the firm, point of contact, phone number, email address, DUNS number, CAGE code, identify business size (large business or a small business), and if applicable, a statement regarding small business status (including small business type(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) and the corresponding NAICS code. 3. Identify whether your firm is interested in competing for this requirement as a prime contractor or not. Identify subcontracting, joint ventures or teaming arrangement that will be pursued, if any. 4. Information in sufficient detail regarding previous experience (indicate whether as a prime contractor or subcontractor) on similar requirements (include size, scope, complexity, timeframe, government or commercial), pertinent certifications, etc., that will facilitate making a capability determination. 5. Information to help determine if the requirement (item or service) is commercially available, including pricing information, basis for the pricing information ( e.g., market pricing, catalog pricing), delivery schedules, customary terms and conditions, warranties, etc. 6. Identify how the Army can best structure these contract requirements to facilitate competition, including competition among small business concerns. 7. Recommendations to improve the Army's approach/specifications/draft PWS/PRS to acquiring the identified items/services. It is requested interested businesses submit (via e-mail) their completed response (no more than 10 pages in length, single spaced, 12 point font minimum) to the following personnel: Mr Michael Bilicki, Contract Specialist, e-mail: michael.t.bilicki.civ@mail.mil and Ms Andrea Palmer, Contracting Officer, e-mail: andrea.g.palmer.civ@mail.mil. Submissions must be received at the office cited no later than 3:00 p.m. (CST) on Tuesday, 8 September 2015.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/0551faa396aef15e193e2bba7f901514)
 
Place of Performance
Address: Fort Sam Houston, Texas, 78234, Fort Sam Houston, Texas, 78234, United States
Zip Code: 78234
 
Record
SN03869475-W 20150904/150903001055-0551faa396aef15e193e2bba7f901514 (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.