Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 16, 2017 FBO #5714
SOURCES SOUGHT

U -- Training and Exercise SME - Performance Work Statement (PWS)

Notice Date
7/14/2017
 
Notice Type
Sources Sought
 
NAICS
611430 — Professional and Management Development Training
 
Contracting Office
Department of the Army, Army Contracting Command, MICC, MICC - Fort Sam Houston (JBSA), 2205 Infantry Post Road, Bldg. 603, Fort Sam Houston, Texas, 78234-1361, United States
 
ZIP Code
78234-1361
 
Solicitation Number
W9124J-17-R-0044
 
Archive Date
8/12/2017
 
Point of Contact
Norieko G. Whitehead, Phone: 2104662224, Andrea G. Palmer,
 
E-Mail Address
norieko.g.whitehead.civ@mail.mil, andrea.g.palmer.civ@mail.mil
(norieko.g.whitehead.civ@mail.mil, andrea.g.palmer.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Draft PWS SOURCES SOUGHT NOTICE Training and Exercise (Non-JCS) Subject Matter Experts US Army North, Fifth US Army (USARNORTH) SOLICITATION NUMBER: W9124J-17-R-0044 NOTICE TYPE: This is A Sources Sought Notice ONLY. This Sources Sought Synopsis (SSS) is for a continuing need for subject matter expert support services, which is currently being fulfilled through current task order W900KK-07-D-0001-0846 in support of United States Army North (ARNORTH). The information received will be used within the Mission and Installation Contracting Command - Fort Sam Houston (MICC-FSH) Contracting Office on behalf of ARNORTH, to facilitate the decision making process and will not be disclosed outside of the organization. This announcement is for planning and informational purposes only and SHALL NOT be considered an Invitation for Bid (IFB), Request for Quotation (RFQ), or Request for Proposal (RFP). There is no obligation on the part of the Government to acquire any products or services described in this Sources Sought. This office does not intend to award a contract on the basis of this Sources Sought or reimburse respondents for information solicited. No funds have been authorized, appropriated or received for this effort. The information provided may be used by the Contracting Office in developing its acquisition strategy. BACKGROUND: USARNORTH conducts Home Land Security (HLS), Home Land Defense (HLD), and Defense Support to Civilian Authorities (DSCA) activities, as the Army Service Component Command (ASCC) to US Northern Command (NORTHCOM) in order to protect the American people and their way of life. On order, USARNORTH commands and controls deployed forces as a Joint Task Force (JTF) or Joint Force Land Component Command (JFLCC). This exercise and training requirement enables units and staffs to achieve required training and readiness levels. The contractor shall provide all personnel, equipment, supplies, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform Training and Exercise (non-JCS) Subject Matter Experts as defined in the attached Performance Work Statement except for those items specified as government furnished property and services. The intention is to procure these services on a competitive basis. Projected period of performance for this requirement would be one year base period plus four one-year options. The work to be performed under this contract will be performed at multiple locations throughout the ten FEMA regions. The anticipated NAICS code for this requirement is 611430 - Professional and Management Development Training with a Small Business Size Standard of $11M. The anticipated Product Service Code is U099 Other Education and Training Services. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement. PURPOSE OF THIS SOURCES SOUGHT: 1) To request information on capabilities of potential offerors to provide the services described in the draft PWS in order to determine if this will be set-aside. Please note, decision to set-aside this requirement for a small business program or to compete it through full and open procedures has not yet been made. 2) To request information from interested parties regarding their preferred contracting approach to provide the services described in the attached draft PWS. All acquisition methods are being considered by the Government. RESPONSES REGARDING POTENTIAL SOURCES STATEMENT OF CAPABILITIES: Interested Offerors having the required specialized capabilities / qualifications to support some or all of the work described in the draft PWS are asked to answer the following questions and submit a capability statement. Capability statements shall contain the following information: 1. Name of the firm, point of contact, phone number, email address, DUNS number, CAGE code, a statement regarding small business status (including small business type(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) and the corresponding NAICS code. 2. Identify whether your firm is interested in competing for this requirement as a prime contractor or not. Identify subcontracting, joint ventures or teaming arrangement that will be pursued, if any. 3. Information in sufficient detail regarding previous experience (indicate whether as a prime contractor or subcontractor) on similar requirements (include size, scope, complexity, timeframe, government or commercial), pertinent certifications, etc., that will facilitate making a capability determination. 4. Information to help determine if the requirement is commercially available, including pricing information, basis for the pricing information (e.g., market pricing, catalog pricing), delivery schedules, customary terms and conditions, warranties, etc. 5. Identify how the Army can best structure these contract requirements to facilitate competition by and among small business concerns. 6. Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition. Please contact the MICC Advocate for Competition, Scott Kukes at scott.d.kukes.civ@mail.mil or 210-466-3015, if you believe that this action is unreasonably restricting competition. Include the subject of the acquisition, this announcement, and the MICC POC information from the FedBizOpps notice. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion. 7. Recommendations to improve the approach/specifications/draft PWS/PRS to acquiring the identified items/services. 8. Information to help determine if the suggested NAICS is considered appropriate for this acquisition. If you believe it is not, suggest a NAICS and explain why it is more appropriate for this type of acquisition. SPECIAL REQUIREMENTS: • Personnel and Facility Security Clearances. A DD Form 254 Contract Security Classification Specification shall apply to this requirement and the prime contractor shall have or demonstrate ability to obtain a Secret Facility Clearance before time of award. • Contractors shall be registered in the System for Award Management (SAM) to be eligible for award of a contract. Contractors shall ensure SAM registration is active before contract award. The official SAM website is https://www.sam.gov/portal/public/SAM/. YOUR RESPONSE TO THE SYNOPSIS: The Government requests for Statement of Capabilities to be submitted electronically in PDF format. Offeror's responses shall not exceed ten (10) pages single-sided - standard 8 ½ X 11 pages using not less than 10-pitch font -- and shall describe the offerors technical expertise in sufficient detail to make an informed determination of the offerors ability to successfully perform the services described in the Draft PWS. All responses shall be received no later than 12 pm, CST, 28 July 2017. All responses under this Sources Sought Notice must be e-mailed to both Ms. Norieko Whitehead - Contract Specialist, MICC-FSH email: Norieko.g.whitehead.civ@mail.mil, and Ms. Andrea G. Palmer - Contracting Officer, MICC-FSH email: andrea.g.palmer.civ@mail.mil. All questions MUST be in writing and should also be directed to Norieko Whitehead and Andrea Palmer. In all responses, please reference W9124J-17-R-0044 ARNorth Training and Exercise in the subject line. Verbal questions will not be accepted. This synopsis is for information and planning purposes only and is not to be construed as a commitment by the Government nor will the Government pay for information solicited. Respondents will not be notified of the results of the evaluation. No telephonic responses will be accepted. No solicitation exists; therefore, do not request a copy of the solicitation. If a solicitation is released it will be synopsized in Federal Business Opportunities. It is the potential offerors responsibility to monitor this site for the release of any solicitation or synopsis.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/d9cf5f3d01f43c56307eecbe955115c7)
 
Place of Performance
Address: Work performed under this contract will be performed at multiple locations throughout the ten FEMA regions., United States
 
Record
SN04580715-W 20170716/170714235511-d9cf5f3d01f43c56307eecbe955115c7 (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.