Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 18, 2016 FBO #5504
SOURCES SOUGHT

U -- PERFORMANCE ENHANCEMENT WORKSHOPS - DRAFT PERFORMANCE WORKS STATEMENT

Notice Date
12/16/2016
 
Notice Type
Sources Sought
 
NAICS
#611430 — Professional and Management Development Training
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, USASOC, ATTN:E-2929, Fort Bragg, North Carolina, 28310
 
ZIP Code
28310
 
Solicitation Number
H92239-16-R-TAIS
 
Point of Contact
Valaida J Bradford, Phone: 910 3960560, Jennifer Z. Payne, Phone: 910-432-6978
 
E-Mail Address
bradforv@soc.mil, Jennifer.payne@soc.mil
(bradforv@soc.mil, Jennifer.payne@soc.mil)
 
Small Business Set-Aside
N/A
 
Description
DRAFT PWS THIS IS NOT A NOTICE OF SOLICITATION ISSUANCE, BUT RATHER a REQUEST FOR INFORMATION (RFI) (Reference number H92239-17-R-TAIS) that will allow the Government to identify interested sources capable of meeting this requirement. The information sought herein is for planning purposes only and shall not be construed as a request for quote (RFQ), request for proposal (RFP), invitation for bid (IFB), or as an obligation or commitment on the part of the Government to acquire any product or service. There shall be no basis for claims against the Government as a result of information submitted in response to the RFI. The Government does not intend to award a contract on the basis of this notice, or otherwise pay for any information submitted by respondents to this request. This notice is for market research purposes only and is not indicative of a full requirement. Should a requirement arise, the full requirement will be detailed in the solicitation. The United States Army Special Operations Command (USASOC) is seeking to identify all responsible sources capable of providing Performance Enhancement Workshops in support of the United States Army John Fitzgerald Kennedy Special Warfare Center School (USAJFKSWCS) in accordance with the attached DRAFT Performance Work Statement (PWS). The Contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision and other items and non-personal services necessary to perform Performance Enhancement Workshops and testing as defined in the attached Draft PWS except for those items specified as government furnished property and services. The contractor shall perform in accordance with (IAW) the terms and conditions of the contract and consistently with the established standards in the Draft PWS. The Contractor shall be able to perform all basic service objectives as listed in the DRAFT PWS which entail items such as providing performance enhancement workshops to improve USAJFKWWCS student and cadre awareness of psychological factors that affect performance and their individual psychological make-up that may affect their individual performance; provide psychological testing; and provide command consultation to the command psychologist and course academic advisor to augment performance counseling designed to improve student's success both in the current training environment as well as subsequent assignments. The DRAFT PWS provides a complete list of objectives for the Contractor. All work in support of this requirement shall be accomplished at Fort Bragg, N.C. Interested parties are requested to submit a thorough narrative that clearly demonstrates their corporate capabilities and ability to perform the tasks as listed in support of the Performance Enhancement Workshop requirement and certifications, a summary of relevant experience of providing such workshops and the knowledge, skills, and abilities to successfully execute the attached PWS. The narrative should also include substantive current and/or recent past performance references that identify the contract number, customer, contract value, type of contract, period of performance, prime or subcontractor designation, and a brief description of the services. Interested parties are requested to submit a capabilities statement of no more than ten (10) pages that demonstrates the respondent's ability to meet the requirements as specified herein. Documentation provided must address all required elements listed herein; providing only a reference to a website is unacceptable for purposes of this announcement and will not be considered or reviewed. All proprietary or corporate data received shall be clearly identified and shall be protected from release to sources outside the Government. Please do not submit classified material. Contractors responding to this RFI are requested to provide the full name of the firm, address POC, phone/fax number and email address. Responding vendors shall also identify their business size and any socio-economic categories, Cage code, DUNS number, and evidence of current registration in the System for Award Management (SAM) (www.sam.gov). Please also advise the Government of pending changes in the business size status. Responses shall be submitted electronically via email to Mrs. Valaida Bradford, bradforv@socom.mil and Mrs. Jennifer Payne at Jennifer.payne@socom.mil. Due to the intermittent nature of electronic communication, it is the vendor's responsibility to ensure receipt of all e- mail correspondence. Respondents are cautioned that due to file size limitations and e-mail security protocols, there is a risk that not all correspondence will be received by this office. All responses shall be submitted by 1:00 p.m. EST, 9 January 2017 and shall include reference number H92239-17-R-TAIS in the subject line and submission documents. Failure to respond to this RFI does not preclude participation in any future associated request for quotations that may be issued. Respondents will NOT be notified of the results.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/FortBraggNC/H92239-16-R-TAIS/listing.html)
 
Place of Performance
Address: HQ USASOC, FORT BRAGG, North Carolina, 28304, United States
Zip Code: 28304
 
Record
SN04353899-W 20161218/161216234044-b48bd6725f2de980f64838b2541266ee (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.