Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 23, 2016 FBO #5509
SOURCES SOUGHT

U -- Structured Child Interviewer - PWS

Notice Date
12/21/2016
 
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
0010907878
 
Archive Date
1/10/2017
 
Point of Contact
Vincent Fontenot, Phone: 2104662189
 
E-Mail Address
vincent.a.fontenot.civ@mail.mil
(vincent.a.fontenot.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
PWS Sources Sought Notice Project Title: The Structured Child Interview (SCI) On-Site Course PR# 10907878 THIS SOURCES SOUGHT NOTICE IS NOT A REQUEST FOR PROPOSAL. It is a market research tool (in accordance with FAR Part 10) being used to determine the potential firms capable of providing the services described herein prior to determining the method of acquisition and issuance of a Request for Proposal. Feedback is encouraged and appreciated. Mission Installation Contracting Command - Fort Sam Houston (MICC-FSH) is seeking information to determine market capability from Small Business sources for a requirement to provide the Department of Behavioral Health Science (SCI) support services in support of structured child interview training. Work for this contract will NOT require a SECRET security clearance. The associated North American Industry Classification System (NAICS) code for this Sources Sought is 611430 -"Professional and Management Development Training," the Small Business Size Standard is $11.0M. Responses are requested from Small Businesses, 8(a) Small Businesses, HUB Zone, Small Businesses, Service-Disabled Veteran-Owned Small Businesses, Women-Owned Small Businesses, Veteran-Owned Small Businesses and Disadvantaged Small Businesses. This Sources Sought Notice is for market research purposes only and is not a request for proposal (RFP) nor does it restrict the Government as to the final acquisition strategy. No contract will be awarded from this announcement and requests for a solicitation will not receive a response. ALL INFORMATION SUBMITTED IN RESPONSE TO THIS ANNOUNCEMENT IS VOLUNTARY AND THE GOVERNMENT WILL NEITHER PAY FOR INFORMATION REQUESTED NOR COMPENSATE FOR ANY COST INCURRED IN DEVELOPING INFORMATION PROVIDED TO THE GOVERNMENT. Submission Requirements: Interested firms should submit a brief capabilities statement covering experience, staffing and technical capabilities. In addition, firms should provide information of the firm's recent past performance (last 3 years) that is relevant to the task areas listed in this notice. The capabilities statement should address Task Areas listed in the Performance Work Statement (PWS) attached. Firms should also indicate in their response their intent to prime contract this requirement. Firms responding to this notice must identify its business size status and applicable NAICS code(s) on a separate page and include the following information: Company name, address, DUNS and CAGE Codes, point of contact name, point of contact direct phone number, and point of contact email address. Questions regarding this Sources Sought Notice should be received via email only not later than 1:00 p.m. CDT on 23 December 2016. Final capabilities statements must be received via email only not later than 16:00 p.m. CDT on 26 December 2016. Timely submission of any questions and/or documents remains the responsibility of the contractor, not the Government. Late submissions will not be accepted. Phone calls will not be accepted. There is a maximum page limitation of 10 typed pages that are single spaced using 12-point Times New Roman font within an 8.5 by 11 inches page size. Hard copy or facsimile submissions will not be accepted. Send questions and submissions to Mr. Vincent Fontenot, Contract Specialist, via email at vincent.a.fontenot.civ@mail.mil. Email submissions are subject to size and type restrictions (typically limited to less than 2 megabytes in size and only non-executable attachments such as.doc or.pdf files), as well as any other appropriate network security measures. It is the respondent's responsibility to verify the e-mail was received and can be viewed. Each submission should be virus scanned prior to being sent. Attachment 1: Performance Work Statement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/a51ca8595a65a16ec42e7a6ab2231886)
 
Place of Performance
Address: Fort Leonard Wood Missouri, Fort Leonard Wood, Missouri, 65473, United States
Zip Code: 65473
 
Record
SN04357893-W 20161223/161221235138-a51ca8595a65a16ec42e7a6ab2231886 (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.