Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 08, 2017 FBO #5706
SOURCES SOUGHT

76 -- HOGAN INSIGHT BUNDLE & FLASH REPORT

Notice Date
7/6/2017
 
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
H92239-17-T-HOGN
 
Point of Contact
Jennifer Z. Payne, Phone: 910-432-6978, Valaida J Bradford, Phone: 910 3960560
 
E-Mail Address
Jennifer.payne@soc.mil, bradforv@soc.mil
(Jennifer.payne@soc.mil, bradforv@soc.mil)
 
Small Business Set-Aside
N/A
 
Description
THIS IS NOT A NOTICE OF SOLICITATION ISSUANCE, BUT RATHER A SOURCES SOUGHT/REQUEST FOR INFORMATION that will allow industry the opportunity to identify themselves as interested sources capable of meeting the Government's requirement for the Hogan Insight Bundle and Flash Report. The information sought herein shall not be construed as a request for quote (RFQ) 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 Sources Sought/RFI. REQUIREMENT: The United States Army Special Operations Command (USASOC) is seeking to identify sources that are capable of providing 54 Hogan Insight Report Bundles with Flash Report. The Hogan Insight Bundle and Flash report combines three separate psychological tests into one online administration. This report package includes interpretive reports for the Hogan Personality Inventory, the Hogan Development Survey, and the Motives, Values, Preferences Inventory. This package will also include the Flash Report which is a graphical summary of the results. INTERESTED SOURCES CAPABLE OF FULFILLING THIS REQUIREMENT shall submit documentation addressing 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 interested in providing this service should be registered in the System for Award Management (www.sam.gov). Contractors responding to this Sources Sought/RFI are asked to provide the following information: 1. No more than a 1 page capability narrative explaining how the company can meet the requirements. Interested parties must also demonstrate that they are authorized to provide the Hogan Insight series psychological tests; 2. Company's full name, point of contact, and address; 3. DUNS and CAGE number; 4. Applicable North American Industry Classification Standards (NAICS) and business size (whether they are a large, small, small-disadvantaged, 8(a), HUBZone, woman-owned, Service-Disabled Veteran Owned Small Business, historically black college or university and/or minority service institute) (Respondents should advise the Government of pending changes in the business size status); 5. Whether or not the Vendor has a GSA schedule with the requested items. Responses shall be submitted electronically via email to jennifer.payne@socom.mil. All responses shall be submitted by 1:00 PM EST on 21 July 2017 and shall include reference number H92239-17-T-HOGN in the subject line and submission documents. 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. It is the interested parties' responsibility to ensure receipt of all e-mail and faxed correspondence. If receipt has not been acknowledged within 24 hours, please contact the Contracting Office at 910-432-6978. FINAL DETERMINATION: Current market research shows that there is only one vendor capable of fulfilling the requirement however, it is the Government's intent to include responses to this Sources Sought/RFI when making its final determination to negotiate on a sole source basis. Provided no other interested sources with the capability to fulfill this requirement are identified, the U.S. Army Special Operations Command, Fort Bragg, North Carolina intends to negotiate on a sole source basis with the original software manufacturer, Hogan Assessment Systems, Inc. 11 S. Greenwood, Tulsa, OK 74120. Respondents will NOT be individually notified of the results however, if the final determination results in the verification of a sole source negotiation, the properly redacted Justification and Approval (J&A) will be posted to the FBO site within 14 days of contract award.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/FortBraggNC/H92239-17-T-HOGN/listing.html)
 
Place of Performance
Address: HQ USASOC, FORT BRAGG, North Carolina, 28310, United States
Zip Code: 28310
 
Record
SN04569006-W 20170708/170706234945-b3ecd89789e5981774a3d7d7df738cc5 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.