SOURCES SOUGHT
U -- Management and Professional Development Training - Draft PWS
- Notice Date
- 3/16/2017
- Notice Type
- Sources Sought
- NAICS
- 611430
— Professional and Management Development Training
- Contracting Office
- Department of the Army, Army Contracting Command, MICC, MICC - Fort Knox, Bldg 1109, Room 373, Fort Knox, Kentucky, 40121-5720, United States
- ZIP Code
- 40121-5720
- Solicitation Number
- W9124D-17-Q-5887
- Archive Date
- 3/27/2017
- Point of Contact
- Daniel J. Hereford, Phone: 5026245452, Daniel J. Hereford, Phone: 5026248158
- E-Mail Address
-
daniel.j.hereford.civ@mail.mil, daniel.j.hereford.civ@mail.mil
(daniel.j.hereford.civ@mail.mil, daniel.j.hereford.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- Attached is the draft PWS. Please ask submit questions about the requirement if you have any with the capabilities statement. SOURCES SOUGHT TECHNICAL DESCRIPTION FOR Management and Professional Development Training INTRODUCTION The MICC Fort Knox, Kentucky is issuing this sources sought synopsis as a means of conducting market research to identify parties having an interest in and have the resources and expertise to support the requirement for Management Certificate Training. The intention is to procure these services on a competitive basis. BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR SMALL BUSINESSES (IN FULL OR IN PART) OR PROCURED THROUGH FULL AND OPEN COMPETITION. All Small Business Set-Aside categories will be considered. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. PLACE OF PERFORMANCE The intent is for the work to be performed at the government's facilities. DISCLAIMER "THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A "REQUEST FOR PROPOSAL (RFP)" TO BE SUBMITTED. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. RESPPONSES WILL NOT BE RETURNED TO THE RESPONDER. NOT RESPONDING TO THIS NOTICE DOES NOT PRECLUDE PARTICIPATION IN ANY FUTURE REQUEST FOR QUOTE (RFQ) OR INVITATION FOR BID (IFB) OR RFP, IF ANY ISSUED. IF A SOLICITATION IS RELEASED, IT WILL BE SYNOPSIZED ON THE GOVERNMENT-WIDE POINT OF ENTRY (GPE). IT IS THE RESPONSIBILITY OF POTENTIAL OFFERORS TO MONITOR THE GPE FOR ADDITIONAL INFORMMATION PERTAINING TO THIS REQUIREMENT." PROGRAM BACKGROUND Human Resources Command (HRC) Office of Strategy and Innovation (OSI) has identified a need for management and leadership development training for the Department of the Army Civilian workforce with HRC. HRC Is not staffed or resourced to provide this training internally. OSI anticipates that approximately 8 to 10 training days will be required to provide the required training. Due to mission requirements, OSI requires that training days be provided once a week for approximately 8 to 10 weeks. Finally, OSI requires the training provider be accredited that would afford the participants the ability to acquire college credit for successful participation. REQUIRED CAPABILITIES The Contractor shall provide training on management, leadership, communication skills, and change management for mid-grade Army Civilian employees of Human Resources Command (HRC) and other government agency partners. The Contractor must identify key performance drivers, assess existing issues and diagnose root causes in order to develop a comprehensive curriculum for closing performance gaps that would sustain results for the employees and the organization. Further detail is provided in the draft Performance Based Work Statement (PBWS) attached to this announcement (Attachment 1). If your organization has the potential capacity to perform these contract services, please provide the following information: 1) Organization name, address, email address, Web site address, telephone number, and size and type of ownership for the organization; and 2) Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. 3) Rough order of magnitude estimate for this effort. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements. The Government will evaluate market information to ascertain potential market capacity to: 1) provide services consistent, in scope and scale, with those described in this notice and otherwise anticipated; 2) and technical resources required to successfully perform the requirements; 3) implement a successful project management plan that includes: compliance; meeting and tracking performance; and 4) provide services under a performance based service acquisition contract. SPECIAL REQUIREMENTS • Service Contract Act applies ELIGIBILITY The applicable NAICS code for this requirement is 611430 with a Small Business Size Standard of $11.0. The Product Service Code is 8299. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement. ADDITIONAL INFORMATION AND SUBMISSION DETAILS (CAPABILITIES STATEMENT) A draft Performance Based Statement of Work (PBSOW) is attached for review. (Attachment 1) Interested parties are requested to submit a capabilities statement of no more than ten (8) pages in length in Times New Roman font of not less than 10 pitch. The capabilities statement must address the questions below. The deadline for response to this request is no later than 2 pm, EST, 24 March 2017. All responses under this Sources Sought Notice must be e-mailed to daniel.j.hereford.civ@mail.mil. This documentation must address at a minimum the following items: 1.) What type of work has your company performed in the past in support of the same or similar requirement? 2.) Can or has your company managed a task of this nature? If so, please provide details. 3.) What specific technical skills does your company possess which ensure capability to perform the tasks? 5.) Please note that under a Small-Business Set-Aside, in accordance with FAR 52.219-14, the small business prime must perform at least 50% of the work themselves in terms of the cost of performance. Provide an explanation of your company's ability to perform at least 50% of the tasking described in this PBSOW for the base period as well as the option periods. 6.) Provide a statement including current small/large business status and company profile to include number of employees, annual revenue history, office locations, DUNs number, etc. 7.) Respondents to this notice also must indicate whether they qualify as a Small, Small Disadvantaged, Women-Owned, HUBZone, or Service Disabled Veteran-Owned Small Business Concern. The estimated period of performance is approximately 8 to 10 weeks, once a week with performance to commence late May for the first week in June. The contract type is anticipated to be FFP. The proposed contract is anticipated to include tasking that would be accomplished by labor categories that are subject to the Service Contract Act or a collective bargaining agreement. Upon evaluation of the capability statements, if it is determined that this requirement will be an unrestricted competition, the Government intends to evaluate the Small-Business responses and conduct further market research to identify a subcontracting goal. Your response to this Sources Sought, including any capabilities statement, shall be electronically submitted to the Contract Specialist, Daniel Hereford, in either Microsoft Word or Portable Document Format (PDF), via email daniel.j.hereford.civ@mail.mil. All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government. No phone calls will be accepted. All questions must be submitted to the contract specialist identified above. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to this Sources Sought.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/ab758ab3811d61f646564d4dde8d7e55)
- Place of Performance
- Address: The exact location has yet to be determined, but training will be provided on Fort Knox, KY., Fort Knox, Kentucky, 40121, United States
- Zip Code: 40121
- Zip Code: 40121
- Record
- SN04437543-W 20170318/170316234753-ab758ab3811d61f646564d4dde8d7e55 (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 |