Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 17, 2016 FBO #5350
SOURCES SOUGHT

R -- Distributed Learning (DL) Diagnostic, Advisement, and Technical Research (DATR) - Draft Performance Work Statement

Notice Date
7/15/2016
 
Notice Type
Sources Sought
 
NAICS
541513 — Computer Facilities Management Services
 
Contracting Office
Department of the Army, Army Contracting Command, MICC, MICC - Fort Eustis (Joint Base Langley-Eustis), Building 705, Washington Blvd, Fort Eustis, Virginia, 23604-5538, United States
 
ZIP Code
23604-5538
 
Solicitation Number
W911S0-16-P-DATR
 
Archive Date
8/16/2016
 
Point of Contact
Tammie D. Campbell, Phone: 757-501-8351, DeBorah Hairston, Phone: 757-501-7305
 
E-Mail Address
tammie.d.campbell.civ@mail.mil, Deborah.e.hairston.civ@mail.mil
(tammie.d.campbell.civ@mail.mil, Deborah.e.hairston.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Draft Performance Requirements Summary Draft Performance Work Statement Sources Sought Synopsis Training and Doctrine Command (TRADOC) U.S. Army Combined Arms Center (CAC), Army Training Support Center (ATSC) Distributed Learning (DL) Diagnostic, Advisement and Technical Research (DATR) Fort Eustis, Virginia Sources Sought Synopsis Number W911S0-16-P-DATR SYNOPSIS: THIS IS A SOURCES SOUGHT FOR MARKET RESEARCH PURPOSES ONLY. THERE IS NO SOLICITATION AVAILABLE AT THIS TIME. On behalf of the U.S. Army Combined Arms Center (CAC) the Mission and Installation Contracting Command Center - Fort Eustis, Virginia, is conducting a SOURCES SOUGHT SYNOPSIS (SSS) pursuant to FAR Part 10-Market Research. The purpose of this announcement is to gain knowledge of potential qualified small business firms. This notice shall NOT be considered a request for proposal, quotation, or an invitation for bid nor does responding to this SSS guarantee or exclude your participation in the forthcoming acquisition process. Any information provided by the Government under this notice is preliminary and may be updated or changed prior to release of the solicitation. The Government will NOT award a contract solely on the basis of this notice, nor will it be liable for any costs associated with preparing and submitting a response to the notice. Responses to this SSS will be used by the government in making appropriate acquisition decisions. All submissions will become Government property and will not be returned. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the U.S. Government to form a binding contract. The Government is under no obligation to issue a solicitation or to award any contract on the basis of this SSS. Further, the Government is not seeking proposals and will not accept unsolicited proposals or any cost or pricing data. It is the responsibility of the potential offerors to monitor these sites for additional information pertaining to this requirement. The Government is seeking responses to this sources sought synopsis from all interested businesses capable of providing the requirement. Small businesses, in all socioeconomic categories (including, 8(a) Business Development Program, Historically Underutilized Business Zone, Service Disabled Veteran-Owned, Women-Owned Small Business, etc.) are highly encouraged to identify capabilities in meeting the requirements at fair market prices. Provide suggestions on how the requirement could be structured to facilitate competition by and among small business concerns. Describe any conditions, if any, which may limit small businesses from participation. BACKGROUND: The TRADOC Capability Manager - The Army Distributed Learning Program (TCM-TADLP) has funded development of DL content in which issues have been identified that affect usability and playability. DL training content that employs an interactive multi-media instruction training strategy is generally referred to as courseware. Currently, there is no capability to determine the source of the issues and identify the measures to correct them. There exists a need to identify, document, and distribute the solutions to the issues to ensure courseware play on Army Learning Content Management Capability (ALCMC) platforms. Estimated period of performance is a base year and two (2) 12-month option years. SUBMITTAL INFORMATION: The Government will not review general capability statements, please ensure submissions are tailored to this requirement and information requested below. Responses are limited to twenty (20) pages and vendors are encouraged to provide concise responses. The designated NAICS Code is 541513, Computer Facilities Management Services with a small business size standard of $27.5 million. It is required that all contractors doing business with the Government be registered with the System for Award Management (SAM) at website: https: //www.sam.gov. Acknowledge firm's business size (large or small) and all applicable socio-economic category information (i.e. SDB, 8(a) HUBZ, EDWOSB, WOSB, SDVOSB, etc.). Your response shall include the following information: revenue for last three years, number of employees, information on company's ability to sustain growth (including any lines of credit), relevant past performance on same/similar work for not more than three years and your company's capability and capacity to do this type of work. Documentation of technical expertise and capability must be presented in sufficient detail for the Government to determine that your company possesses the necessary functional area expertise and experience to compete for this acquisition. It is imperative that business concerns responding to this Sources Sought articulate their capabilities clearly and adequately. The information should be sent by email only to Tammie D. Campbell, tammie.d.campbell.civ@mail.mil, DeBorah Hairston, Deborah.e.hairston.civ@mail.mil, and Rhoda C. Harrison-Spence, Rhoda.c.harrison-spence.civ@mail.mil NO LATER THAN 1 August 2016. Any questions shall be directed to Tammie Campbell, tammie.d.campbell.civ@mail.mil, DeBorah Hairston, Deborah.e.hairston.civ@mail.mil, and Rhoda Harrison-Spence, Rhoda.c.harrison-spence.civ@mail.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/83b81c8bd17d861820a75ef9ac09bff6)
 
Place of Performance
Address: Army Training Support Center (ATSC), Fort Eustis, Virginia, 23604, United States
Zip Code: 23604
 
Record
SN04184569-W 20160717/160715234553-83b81c8bd17d861820a75ef9ac09bff6 (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.