Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 09, 2025 SAM #8504
SOLICITATION NOTICE

U -- Journey to Leadership (JTL) Training Services

Notice Date
3/7/2025 6:24:26 AM
 
Notice Type
Presolicitation
 
NAICS
611430 — Professional and Management Development Training
 
Contracting Office
W6QK ACC-RI ROCK ISLAND IL 61299-0000 USA
 
ZIP Code
61299-0000
 
Solicitation Number
W519TC-24-Q-A006
 
Response Due
3/20/2025 10:00:00 AM
 
Archive Date
03/25/2025
 
Point of Contact
Angela Venes, meghan overton
 
E-Mail Address
angela.m.venes.civ@army.mil, meghan.a.overton.civ@army.mil
(angela.m.venes.civ@army.mil, meghan.a.overton.civ@army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Presolicitation Notice: Journey to Leadership (JTL) Training Description This is a notice of a proposed contract action issued in accordance with Federal Acquisition Regulation (FAR) 5.203(a). The Government intends to issue a solicitation and award one, five-year, Indefinite Delivery, Indefinite Quantity (IDIQ) contract for the services described in the Requirement section below. This acquisition will be 100% set aside for small businesses, as defined below. The Government will use the procedures of FAR Part 13.5, titled Acquisition of Simplified Procedures for Certain Commercial Items for this acquisition. Note that this notice is not a solicitation; information on the future release of the solicitation is also provided below. Requirement Journey to Leadership (JTL) is a dynamic, multi-tiered leadership development program, developed and administered by Headquarters, United States (U.S.) Army Sustainment Command (HQASC) G3 Training and Programs Branch. The intent of this program is to train current and future leaders in a broad range of leadership concepts, to utilize/administer various leadership tools and techniques, and to enhance their leadership competencies and interpersonal skills. Benefits to program graduates are huge and include specific work skills/techniques, one-on-one interaction with senior leaders, and broad-spectrum networking opportunities for work-related issues, as well as a better understanding of various organizations� missions. The Contractor shall provide up to 12-weeks of formal group-based leadership development training to participants selected for JTL Tiers I, II, and III scheduled across 12 months of the Period of Performance (POP). The Contractor shall provide all personnel, equipment, supplies, materials and assessments necessary to perform direct group-based leadership development training as defined in this PWS. Contractor shall provide training at Headquarters, ASC located on RIA, Rock Island, IL for all training, with the exception of one week of JTL III � which will be at specified locations in Washington, DC. It is estimated that each of the resident training sessions (each week) will require approximately 40 hours of instruction, with core class hours between 0800 and 1630, to adequately perform all training topics identified in section 6. Tiers I and II class sizes will be within three ranges, a) 16-20 students, b) 21-25 students, or c) 26-30 students. Two or more contract employees may be necessary to conduct coaching sessions for all students. The Contractor shall perform to the standards in the contract. JTL Tier I is designed for individuals holding the following grades/ranks: up to and including GS-10/E6/WG-10; and O1. Program length is approximately four to six months JTL Tier II is designed for individuals holding the following grades/ranks: GS-11 thru GS-13; O2 thru O4; W1 thru W4; E7 thru E8; and WG-11 and up. Program length is approximately 9 months to 1 year in length. JTL Tier III is designed for individuals holding the following grades/ranks: Supervisory GS-13, GS-14 thru GS-15; O5 thru O6; W5; and E9 (GS-13 Team Leads by exception). Program length is approximately six to 9 months in length. The intended result of the solicitation is a 5-year, Indefinite Delivery, Indefinite Quantity (IDIQ) contract. The period of performance is anticipated to be July 2025 � July 2030. The Government will set aside the entire requirement for small business concerns. The applicable NAICS code for this requirement is 611430 � Professional and Management Development Training, and the applicable PSC is U008 � Education/Training � Training/Curriculum Development. Release of Solicitation The Government intends to issue a Request for Quote (RFQ) on or about March 20, 2025. Quotes will be due approximately 20 calendar days following release of the RFQ. The Government will only consider quotes offered from responsible small businesses.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/8f2179bf1a2840528416d395fe08e48d/view)
 
Place of Performance
Address: Rock Island, IL 61299, USA
Zip Code: 61299
Country: USA
 
Record
SN07364934-F 20250309/250307230033 (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.