SOURCES SOUGHT
U -- National Training and Education Division Program Support Services _FY2026
- Notice Date
- 5/30/2025 7:19:15 AM
- Notice Type
- Sources Sought
- NAICS
- 611430
— Professional and Management Development Training
- Contracting Office
- PREPAREDNESS SECTION(PRE20) WASHINGTON DC 20472 USA
- ZIP Code
- 20472
- Solicitation Number
- 70FA20_NTED_FY2026
- Response Due
- 6/16/2025 9:00:00 AM
- Archive Date
- 07/01/2025
- Point of Contact
- Gregory Crouse
- E-Mail Address
-
gregory.crouse@fema.dhs.gov
(gregory.crouse@fema.dhs.gov)
- Description
- REQUEST FOR INFORMATION (RFI) SUMMARY: The National Training and Education Division (NTED), Training Partners Program (TPP), National Preparedness Directorate (NPD), Resilience, Federal Emergency Management Agency (FEMA), U.S. Department of Homeland Security (DHS). NTED was formed to coordinate development and monitor execution of policies, programs, and systems for FEMA�s training activities, to ensure a unified approach. NTED is comprised of the National Training and Education System (NTES) Training Partners Program, and the National Domestic Preparedness Consortium. The mission of NTED is to establish, coordinate, and maintain the availability of high quality, comprehensive preparedness all hazards training programs, that are national in scope and meet the needs of our training audience. GENERAL INFORMATION: This RFI is issued solely for information gathering purposes to identify sources that can provide support for the TPP. In accordance with FAR 15.201(e), RFIs may be used when the Government wants to obtain price, delivery, other market information, and capabilities for planning purposes. Responses to these RFIs are not offers and cannot be accepted by the Government to form a binding contract. This RFI shall not be construed as a commitment by the Government for any purpose, nor does it restrict the Government to an ultimate acquisition approach. Respondents are solely responsible for all expenses associated with their RFI response. Respondents will not receive additional information in response to their submittal to the RFI and will not be notified of the resulting market research. PROPRIETARY INFORMATION AND DISCLAIMERS: Respondents shall identify any proprietary information in its RFI response. Information submitted in response to this RFI will be used at the discretion of the Government. Further, the information submitted will remain confidential insofar as permitted by law, including the Freedom of Information and Privacy Acts. FEMA reserves the right to utilize any non-proprietary technical information in the anticipated PWS or solicitation. Although it is not necessary to address in their response, respondents shall be aware of any potential, actual, or perceived organizational conflicts of interests. Any real or potential conflicts must be sufficiently mitigated prior to a contract award. For further guidance, refer to the Federal Acquisition Regulation, Part 9.5. North American Industry Classification System (NAICS) CODE: The principal nature of the requirements is consistent with services performed by industries in the 611430 Professional and Management Development Training NAICS with a small business size standard of $15.0M. PRODUCT SERVICE CODE (PSC): U008 Education/Training- Training/Curriculum Development ANTICIPATED PERIOD OF PERFORMANCE START DATE: FY 2026 ANTICIPATED ACQUISITION STRATEGY: Optional, but you may choose to omit if you do not want to commit to anything, as you may not know your strategy at this point in time. ATTACHMENT: MS Word document titled �Statement of Work (SOW); Review of Training Programs; Department of Homeland Security (DHS); Federal Emergency Management Agency (FEMA); Resilience - National Preparedness Directorate (NPD); National Training and Education Division (NTED); Training Partners Program (TPP)�. RFI RESPONSE SUBMITTAL INSTRUCTIONS: Interested contractors shall submit their RFI responses electronically via email to Gregory Crouse, Contracting Officer, at gregory.crouse@fema.dhs.gov, on or before Monday, 16 June 2025 at 12:00 PM Eastern Time (ET). Questions regarding this RFI must be submitted electronically via email to the Contracting Officer on or before Friday, 06 June 2025 at 12:00 PM Eastern Time (ET). �RFI Response for NTED Program Support Services� shall be in the subject line of your e-mail. All responses shall be unclassified, with proprietary information clearly marked. The document format shall be either Microsoft Word (.doc or .docx), or Adobe Acrobat (.pdf) formats. Pages shall be 8.5 by 11 inch and shall use a type pitch that is no smaller than a standard 11-point font type, with the exception of charts, graphs, or tables, which shall use a pitch not smaller than 10-point font. Responses shall not exceed (page limit) pages in length including images, data displays, charts, graphs, and tables. Page limitation does not include: 1 cover page. Do not include promotional materials. RFI Responses shall include the following information in the order below: A. Cover Page with the following information: 1. Company Name. 2. Company Address. 3. Unique Entity Identifier (UEI) Number. 4. Company Point of Contact - Name, Title, Telephone, and Email address. 5. The Contractor shall self-certify its Small Business size status in accordance with the size standard in effect at the time of this RFI that corresponds to the NAICS code assigned above. (i.e., HUBZone small business concern, service-disabled veteran-owned small business firm, 8(a) contractor, woman-owned small business, small business, or large business concern). Contractors shall define their business size RFI for FEMA, in relation to the NAICS code assigned above. 6. Federal Pre-Positioned contract vehicles, such as General Services Administration (GSA) Multiple Award Schedule (MAS) and/or DHS Strategic Sourcing Vehicles. Contractors must provide GSA Schedule Number, Contract Number, and Period of Performance and/or DHS Strategic Sourcing Vehicle Category Name and Contract Number, if applicable. B. Contractor Capability Statement (No more than 10 pages in length). 1. Summarization of relevant projects showing capabilities 2. Past performance in applicable areas C. Contractor RFI Responses to questions (No more than 10 pages in length). The responses received will assist FEMA with identifying the number and nature of the entities that consider themselves potential technical solution providers. Each respondent, by submitting a response, agrees that any cost incurred in response to this RFI, or in support of activities associated with this RFI, shall be the sole responsibility of the respondent. FEMA shall incur no obligations or liabilities whatsoever, to anyone, for any costs or expenses incurred by the respondent in responding to this RFI. REQUEST FOR INFORMATION (RFI) QUESTIONS: 1. Describe your experience with time and materials contracts? 2. Describe your experience with the National Incident Management System (NIMS)? 3. Describe your experience using the three (3) components of the National Incident Management System (NIMS). 4. Describe the difference between National Incident Management System (NIMS) consistency and compliance. 5. Describe your process for evaluating electronic course content and materials for Section 508 compliance? 6. Describe how you would approach the remediation of identified issues to achieve Section 508 compliance for electronic course content and materials. 7. Describe your experience training personnel to ensure electronic course content and materials meet the Section 508 requirements? 8. What is your strategy for employing subject matter experts (SME�s) to review simultaneous training programs for State, Local, Tribal and Territorial personnel? Describe your previous experience with this. 9. Describe your experience with SMEs traveling in the Continental United States (CONUS) and Outside the Continental United States (OCONUS) to review FEMA training courses being conducted? 10. Is the Statement of Work (SOW) clear and concise enough to develop and submit the required information in response to a Request for Proposal (RFP)? If not, please provide input on what information is required to provide a response to an RFP.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/c31c05e089944cf3a563e7f15786a5dd/view)
- Place of Performance
- Address: Washington, DC, USA
- Country: USA
- Country: USA
- Record
- SN07461640-F 20250601/250530230051 (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 |