Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 17, 2014 FBO #4618
SOURCES SOUGHT

U -- Contractor Training and Training Analysis Support Services for the U.S. Coast Guard Training System - Draft PWS

Notice Date
7/15/2014
 
Notice Type
Sources Sought
 
NAICS
611699 — All Other Miscellaneous Schools and Instruction
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Commandant (CG-912), U.S. Coast Guard Headquarters, 2703 MARTIN LUTHER KING JR AVE SE, STOP 7828, Washington, District of Columbia, 20593-7828, United States
 
ZIP Code
20593-7828
 
Solicitation Number
HSCG23-14-I-PFC999
 
Archive Date
8/20/2014
 
Point of Contact
Alan C. Boucher, Phone: 2024753702, Robert Mann-Thompson, Phone: 202-475-3252
 
E-Mail Address
alan.c.boucher@uscg.mil, Robert.a.mann-thompson@uscg.mil
(alan.c.boucher@uscg.mil, Robert.a.mann-thompson@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
Draft PWS: Contractor Training and Training Analysis Support Services for the U.S. Coast Guard Training System THIS IS A REQUEST FOR INFORMATION AND A SOURCES SOUGHT ONLY. The U.S. Coast Guard is seeking information to assisting in the formulation of an acquisition strategy to obtain contract services for instructional, training, and assessment support services outlined in the Draft Performance Work Statement (PWS). The contractor will support this effort by providing support services to include training performance analysis, instructional systems development (analysis, design, development, implementation, and evaluation), training support services and training delivery. The government is also seeking feedback from industry on the Draft PWS. This Request for Information (RFI) is issued for informational and planning purposes only. The information will be used in conducting market research to identify qualified, experienced, and interested potential sources in support of the Government's requirements. Additionally, this RFI is being conducted to identify potential small business concerns relative to NAICS 611699 (size standard of 11 million or less) capable of meeting the Draft PWS requirements IAW FAR 19.203(c) and FAR 19.502-2(b). This will allow the government to determine if the work could be set aside for small business concerns. The Government reserves the right to decide whether or not a small business set-aside is appropriate based on responses to this notice and other additional market research. This RFI is not a Request for Proposal (RFP) and should not be construed as a formal solicitation or an obligation on the part of the Government to acquire any services. The information requested by this RFI will be used within the Coast Guard and will not be disclosed outside the agency. Any information provided to the Government is strictly voluntary and will be provided at no cost to the Government. If your business is capable of fulfilling this requirement as identified in the Draft PWS, please indicate your interest by sending a capability statement via email no later than 05 August 2014 @ 0800ET to alan.c.boucher@uscg.mil. It is also requested you provide any recommendations or concerns about the requirements specified in the Draft PWS. The capability statement should not exceed 30 pages (including title page, table of contents, and recommendations). At a minimum the following information is requested: 1. A brief summary of your company's experience, to include providing similar services outlined in the attached Draft PWS. 2. A narrative that provides sufficient written information supporting your firm's capability to perform the requirements specified in the Draft PWS. 3. Indicate whether or not your company would be likely to submit a proposal if a formal solicitation is forthcoming. 4. Provide the following prospective offeror's identification: a. Company name, CAGE code, DUNS number, address, and company phone number and website. b. Name of primary point of contact (POC), their current telephone number, and current email address. c. Identify your company size (Small or Other than Small), and socio-economic categories (HUB Zone, 8a, SDVOSB, WOSB) if any. All Inquiries or about this RFI shall be submitted in writing to alan.c.boucher@uscg.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/GACS/HSCG23-14-I-PFC999/listing.html)
 
Place of Performance
Address: The primary place of performance will be define in each Task Order awarded under this contract but may be either the Contractor’s facilities or Government facility. However, alternate work sites or trips to USCG facilities in Washington D.C. or throughout the United States may be required., United States
 
Record
SN03425388-W 20140717/140716021748-bc3d88e8dfa234f74507d8b1cbc312d6 (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.