Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 04, 2015 FBO #4879
SOURCES SOUGHT

10 -- Sources Sought for Balanced Readiness Seminar, Fort Leavenworth, KS

Notice Date
4/2/2015
 
Notice Type
Sources Sought
 
NAICS
611430 — Professional and Management Development Training
 
Contracting Office
MICC Center - Fort Eustis (Joint Base Langley-Eustis), Building 2798, Fort Eustis, VA 23604-5538
 
ZIP Code
23604-5538
 
Solicitation Number
W911S0-15-R-JBJB
 
Response Due
4/17/2015
 
Archive Date
6/1/2015
 
Point of Contact
justin.balster, 7578783166
 
E-Mail Address
MICC Center - Fort Eustis (Joint Base Langley-Eustis)
(justin.balster@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The purpose of this Sources Sought Announcement is to gain knowledge on interest, technical capability, and financial capacity of potential qualified small business firms with capacity to provide training program support. Responses to this Source Sought will be used by the government in making appropriate acquisition decisions to include extent of competition. The Mission and Installation Contracting Command (MICC) - Fort Eustis intends to procure contract services for Balanced Readiness Seminar training in accordance with the attached draft Performance Work Statement (PWS). The School for Command Preparation, Fort Leavenworth, KS has a requirement for a Balanced Readiness Seminar to provide education, training and personal awareness tools required to perform effectively as senior level/corporate stakeholders for the US Army. This is a two part program: Part 1 is an education program that encompasses senior leader competencies as defined in ADRP 6-22 Army Leadership, Part 2 is a 1.5 day seminar that will guide the participant in clarifying their personal and professional values, provide personal awareness, emphasize areas under the comprehensive soldier and family fitness (CSF2) program and create an action plan to address work/life balance. Qualified sources shall provide support to the School for Command Preparation (SCP) and provide a workforce possessing the skills, knowledge and training to perform the requirements and training to the standards set forth in the attached draft PWS (Performance Work Statement. In accordance with the draft PWS, the specific tasks include: 1. Conduct introspective holistic personal values assessment for each student. Each student receives a minimum 55 minute face-to-face session with a coach to go over their personal assessment and create/refine a personal development plan to address personal growth, issues or shortfalls. Seminars on work/life balance. 2. A 1.5 day seminar that covers the items listed in paragraph 5.2.1 of attachment 1. Seminars will be conducted in small groups. Based on projected numbers, a minimum of six small groups will be required to run simultaneously. 3. Provide telephonic contact with each student that may last up to 45 minutes. These tasks are all interrelated and cannot be separately done by multiple vendors; therefore, capability must be demonstrated in all areas in order to provide the support necessary. The task areas build upon each other in order to provide the support for each training exercise executed. Small businesses may use teaming partners; however, small businesses must have capability to provide at least 50% of the effort as a prime contractor. Responses are being sought from firms considered small under North American Industry Classification System (NAICS) Code of code 611430, Professional and Management Development Training., with a small business size standard of $11 million. The estimated price range for the resulting contract is $5.7 million. Responses shall not exceed 10 pages. Additional pages beyond 10 will be removed; cover letters and extraneous materials are NOT desired. Materials, documents, web links, etc. incorporated by reference in responses will not be accessed by the Government for inclusion; all responses must be self-contained, to address the following items. a) Company name, address, CAGE code, and points of contact with telephone numbers and email addresses. b) Business size/classification to include socioeconomic designation of the company and all applicable socio-economic categories (i.e., 8(a), HUBZone, Women Owned Small Business, Veteran Owned Small Business, Small Disadvantaged Business, Service Disabled Veteran Owned Small Business, etc.). c) Information to assess personnel capacity to support a procurement of this magnitude. Identify current number of employees and ability to quickly ramp up within a 30 day phase-in for performance. Also address meeting the requirement for personnel security clearances during this ramp up. d) Gross Average revenue for the last three (3) years. e) Submit information to assess financial capacity for a procurement of this magnitude to include a description of financial capacity and growth capability to perform services of this magnitude. f) Tell the Government why this requirement should not go to a large business in lieu of small business, or further, to a socio-economic set-aside. It is imperative that businesses responding to this Sources Sought Notice articulate their capabilities clearly and adequately to the three (3) areas (1-3) detailed above. For each area (1-3 identified above), include how your firm, or you in partnership with another firm, can or has in the past, provided services similar or the same as each identified area. Describe your firm's capability to provide the specified support and support services. Capabilities must be articulated in sufficient detail for the Government to determine if the company possesses the necessary area of expertise and experience to compete for this acquisition. Industry input is also requested on the DRAFT Performance Work Statement (PWS) that is attached. QUESTIONS AND/OR FEEDBACK RELATED TO THE PWS MUST BE SUBMITTED AS A SEPARATE DOCUMENT. Responses will only be accepted via e-mail. Telephonic responses will not be honored. Please send your responses to MICC - Fort Eustis no later than 1:00 pm EDT, 17 April 2015. Submissions may be sent to Justin C Balster at justin.c.balster.civ@mail.mil. This is NOT a Request for Proposal. IF A SOLICITATION IS ISSUED, IT WILL BE ANNOUNCED AT A LATER DATE. All interested parties shall respond to that solicitation announcement separately from this sources sought announcement. No award will result from this sources sought announcement. No reimbursements will be made for any costs associated with providing information in response to this announcement. This notice does not constitute any commitment by the Government.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/c458073bd63dd903b6b1d47667f6941e)
 
Place of Performance
Address: MICC Center - Fort Eustis (Joint Base Langley-Eustis) Building 2798, Fort Eustis VA
Zip Code: 23604-5538
 
Record
SN03687292-W 20150404/150402235953-c458073bd63dd903b6b1d47667f6941e (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.