Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 27, 2025 SAM #8553
SOURCES SOUGHT

U -- Building Strong and Ready Teams Curriculum

Notice Date
4/25/2025 10:58:06 AM
 
Notice Type
Sources Sought
 
NAICS
611430 — Professional and Management Development Training
 
Contracting Office
W6QM MICC-FDO FT SAM HOUSTON FORT SAM HOUSTON TX 78234-1361 USA
 
ZIP Code
78234-1361
 
Solicitation Number
W9124J25RBSRT-(Curricula)
 
Response Due
5/15/2025 10:00:00 PM
 
Archive Date
08/30/2025
 
Point of Contact
LaTasha Cardwell, Phone: 5209447208, Angelic M. Hatcher, Phone: 2104662132
 
E-Mail Address
latasha.s.cardwell2.civ@army.mil, angelic.m.hatcher.civ@army.mil
(latasha.s.cardwell2.civ@army.mil, angelic.m.hatcher.civ@army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
THIS IS A Sources Sought NOTICE ONLY. The U.S. Government currently intends to award a contract for the Department of the Army Chaplain Corp (DACH) Event Planning and Logistical Support Services. As part of the requirement, there is a need for the curricula (See attached Curricula List) to be provided by the selected awardee of the Event Planning and Logistical Support Services Requirement in support of the BSRT training where Army Chaplains will first be certified in the listed curricula and then use the provided materials to educate Soldiers and Families at BSRT events. The Government intends to award this acquisition on a sole source basis but remains committed to exploring competitive options. As such, we are seeking vendors who can provide the listed curricula to potentially 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 curricula will be cost reimbursable, other direct cost (ODC) under the anticipated DACH Event Planning and Logistical Support Services Requirement. The statutory authority for the sole source procurements 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). 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. Furthermore, the U.S. Government is not seeking quotes, bids, or proposals at this time and will not accept unsolicited proposals in response to this SSS. 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 at the discretion of the Government. However, if a competitive solicitation is released, it will be synopsized on the Government-Wide Point of Entry (GPE) located at SAM.gov. Potential offerors are responsible for monitoring the GPE for additional information pertaining to this requirement. The anticipated North American Industry Classification System (NAICS) code is 611430 � Professional and Management Development Training. The size standard for this NAICS code is $15M. If a different NAICS code would be better suited, please state in your response what NAICS is better suited for this requirement and why. Background: Army Chaplains have no institutional training on marriage and family relationships, group facilitation, or pedagogy. As such, it is to the government�s benefit to select a number of quality curricula that enhance the Chaplains� ability to lead marriage and family events. The foundation for the curriculum is comprised of training material from the most sought after and respected practitioners of faith-based and secular relationship building programs. Chaplains, chaplain assistants, and Family members receive certification training and conduct training Army-wide utilizing this curriculum. Each of the curricula (See attached Curricula List) provides the following benefits to the government: � The curriculum provides an instructor training program that familiarizes Chaplains with the material and how it is best facilitated. � The curriculum provides an instructor/facilitator book with discussion prompts, facilitator notes, and background material. � The curriculum provides participant workbooks that assist in information delivery and enhance the training effect. � The curriculum provides a complete package of audiovisual aids, handouts, and supplies that create an enabling learning environment at the training venue. Some of the proposed curricula have been purchased as cost reimbursable ODCs under the current Contract W9124J-20-D-0004 (contract information provided below) for event planning and logistical support. Prior to this contract, some of the curricula were procured through separate contracts as detailed below. Contract Number/Contractor/Type/Contract Type/Contract Amount/Period of Performance: W9124J15C0029/LOVETHINKS, LLC/Large/FFP/$139,162.00/1 May 2015 � 30 Apr 2018 W9124J15C0028/PREP Educational Video, INC/Large/FFP/$120,324.00/1 May 2015 � 30 Apr 2018 W9124J16C0077/Franklin Covey Co/Large/FFP/$405,723.36/30 Sep 2016 � 29 Sep 2019 W9124J16D0002/National Conferencing, Inc/Large/FFP/$97,000,000.00/30 Sep 2016 � 29 Jul 2019 W9124J15C0040/Active Relationship Center, LLC/WOSB/FFP/$184,060.00/17 Aug 2015 � 16 Aug 2016 W9124J15C0027/Interpersonal Communication Programs of Colorado/WOSB/FFP/$146,904.00/1 May 2015�30 Apr 2018 Contract Number: W9124J-20-D-0004 Extent of Competition: Full and Open Competition Contract Name/Info: TechTrans International (TTI) Contract Award Total: $231,277,398.00 (includes 52.217-8) Period of Performance: 1 January 2021 to 30 June 2026 (includes 52.217-8) RESPONSES REGARDING POTENTIAL SOURCES STATEMENT OF CAPABILITIES: Interested Offerors having the required specialized capabilities/ qualifications to provide the some or all of the proposed curricula described in the Draft Curricula List are asked to answer the following questions and submit a capability statement. Capability statements shall contain the following information. In response to this sources sought, vendor responses are limited to five (5) written pages (PDF or MS Word Format) and should include: 1. Name of the firm, point of contact, phone number, email address, DUNS number, CAGE code, 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. 2. 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. 3. 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. a. Indicate whether your firm offers similar training and if certification is required to teach and or obtain training material. b. Indicate any certification experience or demonstrated ability to perform the certification of training requirements by submission of relevant past performance. c. Provide the information to show that the proposed similar curriculum is based on empirical research and how it has been validated. 4. 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. 5. 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 U.S. Army Mission and Installation Contracting Center (MICC) Advocate for Competition, Scott Kukes, at scott.d.kukes.civ@army.mil or 520-944-7373, 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 SS. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion. 6. Questions for this sources sought shall be submitted on or before 12:00PM Central Standard Time (CST) on 5 May 2025. Government Response will be provided within 5 business days after receipt of all questions. 7. Responses to this sources sought synopsis shall be submitted on or before 12:00 P.M. CDT on 16 May 2025 via email to LaTasha Cardwell, Contract Specialist at latasha.s.cardwell2.civ@army.mil and Angelic Hatcher, Contracting Officer at angelic.m.hatcher.civ@army.mil. No telephonic responses will be accepted. Correspondence and responses shall reference W9124J-25 R-BSRT (Curricula) in the subject line. Respondents will not be notified of the results of any evaluation after the close of this sources sought. This is for market research purposes only. The Government will not return any information submitted in response to this notice.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/3aa617f6a8a146c0b66db53bde0721c0/view)
 
Record
SN07422364-F 20250427/250425230046 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.