SOURCES SOUGHT
U -- SIGINT Training
- Notice Date
- 7/21/2016
- Notice Type
- Sources Sought
- NAICS
- 611699
— All Other Miscellaneous Schools and Instruction
- Contracting Office
- Other Defense Agencies, U.S. Special Operations Command, USASOC, ATTN:E-2929, Fort Bragg, North Carolina, 28310
- ZIP Code
- 28310
- Solicitation Number
- H92239-16-T-0013
- Archive Date
- 9/21/2016
- Point of Contact
- Lanora G. Means, Phone: 9104321503, Jennifer Z. Payne, Phone: 910-432-6978
- E-Mail Address
-
lanora.means@soc.mil, Jennifer.payne@soc.mil
(lanora.means@soc.mil, Jennifer.payne@soc.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Signal Intelligence (SIGINT) Certification Course Sources Sought H92239-16-T-0013 THIS IS NOT A NOTICE OF SOLICITATION ISSUANCE, BUT RATHER A REQUEST FOR INFORMATION (RFI) (Reference number H92239-16-T-0013) from industry that will allow the Government to identify interested sources capable of meeting the requirement. The information sought herein is for planning purposes only and shall not be construed as a request for quote (RFQ), request for proposal (RFP), invitation for bid (IFB), or as an obligation or commitment on the part of the Government to acquire any product or service. There shall be no basis for claims against the Government as a result of information submitted in response to the RFI. The Government does not intend to award a contract on the basis of this RFI, or otherwise pay for any information submitted by respondents to this request. This notice is for market research purposes only and is not indicative of a full requirement. Should a requirement arise, the full requirement will be detailed in the solicitation. The United States Army Special Operations Command (USASOC) is seeking to identify sources that are capable of providing training to familiarize trainees with United States Army Military Table of Organization and Equipment (MTOE) and Special Operations Joint Threat Warning System (JTWS) Signals Intelligence (SIGINT) equipment, within the USASOC directive for conducting geo-location operations in accordance with 3rd Special Forces Groups' (A) annual training and certification requirements. This course should utilize a modular structure to tailor the course for operational purposes by combining theory and principles, New Equipment Training (NET), applications training and scenario training modules. Additionally, this course should provide personnel with knowledge, skills, and technical acumen that is currently unavailable in the Training & Doctrine Command (TRADOC) and/or the military system, nor can be administered at an Army Foundry Enabled SIGINT site. Services include training in the following areas: 1. 2G (Mode 1) Ground Operator's Certification IAW NGW-ITOS PGL In-Theater Policy 2. 3G (Mode 2) Ground Operator's Certification IAW NGW-ITOS PGL In-Theater Policy 3. PCS comms, PTT, 802.11 course 4. 2G/3G Survey Course 5. Applied Theory The training location will be within a 50 mile radius of Fort Bragg, North Carolina. Interested parties must have and hold a TS Clearance through entire duration of the contract. The period of performance will be for 12 months, in which all training must be completed. Interested parties must demonstrate experience in providing the course outlined or similar support services. Interested parties are requested to submit a capabilities statement that clearly demonstrates their corporate capabilities, a summary of relevant experience and knowledge that addresses the stated areas of interest. The statement should also include substantive current and/or recent past performance references that identify the contract number, customer, contract value, type of contract, period of performance, prime or subcontractor designation, and a brief description of the services. The contractor shall also include information on any existing contract vehicles these services these services may be procured under (i.e. GSA). Capability statement shall also provide information on firms ability to offer certifications to students upon successful completion of the course. Documentation provided must address all required elements listed herein; providing only a reference to a website is unacceptable for purposes of this announcement and will not be considered or reviewed. All proprietary or corporate data received shall be clearly identified and shall be protected from release to sources outside the Government. Please do not submit classified material. Contractors interested in performing these services should be registered in the System for Award Management (www.sam.gov). Contractors responding to this Sources Sought are asked to also provide a coversheet with the following information: company's full name and address, DUNS number, the applicable GSA contract # and SIN, applicable North American Industry Classification Standards (NAICS) and business size (whether they are a large, small, small-disadvantaged, 8(a), HUBZone, woman-owned, Service-Disabled Veteran Owned Small Business, historically black college or university and/or minority service institute), address, and a point of contact. Please also advise the government of pending changes in the business size status. In addition, respondents shall provide average annual revenues for the past 3 years and number of employees; affiliate information: parent company, joint venture partners, potential teaming partners; and additional documentation such as company literature and brochures. Responses shall be submitted electronically via email to lanora.means@soc.mil. If an interested source is not able to contact the Contracting Office via email, information/correspondence/requests may be submitted to the point of contact cited above via facsimile, (910) 432-9345. All responses shall be submitted by 2:00 PM EST on 29 Jul 2016 and shall include reference number H92239-16-T-0013 in the subject line and submission documents. Failure to respond to this RFI does not preclude participation in any future associated request for quotations that may be issued. Respondents will NOT be notified of the results. For information regarding this notice, contact Ms. Lanora Means via email at the address above. Respondents are cautioned that due to file size limitations and e-mail security protocols, there is a risk that not all correspondence will be received by this office. It is the interested parties' responsibility to ensure receipt of all e-mail and faxed correspondence. If receipt has not been acknowledged within 24 hours, please contact the Contracting Office at 910-432-1503.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/FortBraggNC/H92239-16-T-0013/listing.html)
- Place of Performance
- Address: Fort Bragg, Fort Bragg, North Carolina, 28312, United States
- Zip Code: 28312
- Zip Code: 28312
- Record
- SN04190883-W 20160723/160721234936-53237ad4d1fe3356e0b13a5bce38f09d (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 |