Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 13, 2025 SAM #8539
SOURCES SOUGHT

U -- GARTR IDIQ Sources Sought

Notice Date
4/11/2025 8:05:20 AM
 
Notice Type
Sources Sought
 
NAICS
611519 — Other Technical and Trade Schools
 
Contracting Office
ACQUISITIONS - AQM MOMENTUM WASHINGTON DC 20520 USA
 
ZIP Code
20520
 
Solicitation Number
19AQMM25N1000
 
Response Due
4/23/2025 7:00:00 AM
 
Archive Date
07/30/2025
 
Point of Contact
IP Contracting Team, Coy Brown
 
E-Mail Address
IP_Contracting_Team@state.gov, browncl1@state.gov
(IP_Contracting_Team@state.gov, browncl1@state.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
19AQMM-25-N-0100 Single Award Global and Regional Training (GARTR) IDIQ Sources Sought This is a sources sought notice for information only. This sources sought is for the purpose of conducting market research to provide data for planning purposes. This sources sought synopsis announcement does not constitute a formal solicitation, and is not a request for proposal, request for quote, invitation for bid, does not obligate the government to award a contract, issue a solicitation, reimburse respondents for any proposal preparation and/or submittal costs, nor does its issuance in any way restrict the Government as to its ultimate acquisition approach. The Government will not pay for any materials provided in response to this notice and submittals will not be returned to the sender. Background. The Global Peace Operations Initiative (GPOI) is a Department of State security assistance program focused on building international peacekeeping capacity worldwide in close collaboration with the U.S. Department of Defense (DOD). The GPOI program�s mission is to strengthen the effectiveness of the United Nations (UN) and regional peace operations by enhancing partner countries� capacities to prepare, deploy, and sustain peacekeepers and reinforcing UN and regional organizations� performance and accountability frameworks. State�s Bureau of Political Military Affairs, Office of Global Programs and Initiatives, Peace Operations Capacity Building Division (PM/GPI/POCB) serves as the GPOI Program Office. GPOI�s transition to a State Department contract for GARTR is intended to reconcile the problems in the legacy model to a simplified and �one-stop shop� solution that: Contributes to building GPOI partner country capability to deliver training and exercises that in turn lead to the deployment of high-quality military contingents, (units), individual experts in mission, and staff officers to UN or regional organizations� peace operations. Supports travel (airfare, ground transportation, lodging, meals and incidentals) for GARTR participants (students, �), SMEs and support personnel as well as third party SMEs. Sustains collaboration with key stakeholders, notably DOD and its Global Combatant Commands (GCCs), the UN, and regional organizations such as, but not limited to the African Union, as well as other national capacity building programs. Supports GPOI�s programming methodology, accounts for emerging requirements such new doctrine, guideline, and training materials, and integrates other program implementers such as the UN Integrated Training Service. The Department of State is looking for a contractor who can handle support activities in three (3) overarching categories � (1) Academic Course Support, (2) Exercise Support and (3) Travel Support. The Government envisions the issuance of task orders covering one or more of the three areas as necessary to be performed in an overseas partner nation location which could be anywhere around the world. The Contractor shall be responsible for maintaining a corporate reach back program to enable it to maintain its teaming arrangement with subcontractors and joint venture members, if and where applicable. THIS IS NOT A SOLICITATION If a solicitation is developed for this requirement, it will be assigned a different formal Request for Proposal (RFP) number or Request for Quotation (RFQ) and the announcement will be published on SAM.GOV. RESPONSES DUE For the purposes of this acquisition the applicable NAICS code is 611519. Responses are requested no later than 23 April 2025 at 10:00 AM EDT. Direct expression of interest as well as required documentation should be submitted in writing, via email, to Coy Brown at BrownCL1@state.gov and Joonpil Hwang at hwangj2@state.gov. All prospective offerors are responsible for monitoring this site for the release of all other information pertaining to the synopsis and solicitation. RESPONSE SUBMISSION INFORMATION All potential sources with the capability to provide the requirements referenced in this sources sought are invited to submit, in writing, sufficient information within the page limitations listed below. This information should demonstrate the respondent's ability to fulfill the technical, delivery, and support requirements and be responsive to the technical questions in this RFI as indicated below. We will not answer technical questions or provide additional technical information at this time via this sources sought notice. Please understand that the rough order of magnitude is for the purposes of market research and your firm will in no way be committed to any estimate you provide under this notice. Responses to this RFI shall include the following: A cover sheet which includes: Company Name Address Point of Contact E-mail Address Phone Number DUNS Number Primary Business and Market Areas Business Size and Socioeconomic Status (if applicable) Relevant Project Experience (four (4) page limit): The potential offerors need to demonstrate that they posses, within the last five years, experience similar to that described in this specified source sought category. Experience described above needs to include the offeror�s role, primary contractor or sub-contractor. Each project experience needs to include the contract number, the US Agency or private company that awarded the contract and contract monetary value. The potential offerors need to document experience in coordinating with host nation government(s) to mitigate and solve potential issues; Experience in importation of materials, equipment, manpower, and any other necessary resources required for the completion of design-build projects; Capabilities of Successfully Completing requirement (six (6) page limit): Ability to obtain licenses and permits necessary to perform work as required by DOSAR 652.242-73; Ability to provide and deliver required materials and equipment to projects in various host nations around the world; Capabilities to import all required material and equipment through either sea or air transportation in various host nations around the world; Ability that, should a solicitation be issued in the future for this requirement, offerors should declare if the offeror is applying as a primary contractor, a joint venture or partnership or other as applicable to their submission; Ability that, should sub-contractors figure into an offeror�s plans, the offeror will be expected to specify what percentage of work will be tasked to assigned sub-contractors. Anticipated Period of Performance The period of performance shall be for one (1) Base Year of 12 months and four (4) option years.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/362297c32d0040aa97b8dfbb012e931e/view)
 
Place of Performance
Address: Washington, DC 20001, USA
Zip Code: 20001
Country: USA
 
Record
SN07406727-F 20250413/250411230059 (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.