SOURCES SOUGHT
U -- ARSOF Training Support - DRAFT PWS
- Notice Date
- 10/18/2018
- Notice Type
- Sources Sought
- NAICS
- 611519
— Other Technical and Trade Schools
- Contracting Office
- Other Defense Agencies, U.S. Special Operations Command, USASOC, ATTN:AOCO, 1 Desert Storm Drive, Fort Bragg, North Carolina, 28310-5200, United States
- ZIP Code
- 28310-5200
- Solicitation Number
- H92239-19-R-0002
- Archive Date
- 10/18/2020
- Point of Contact
- Carrie L. Nelson, Phone: 910-432-7857, Gail C. Williams, Phone: 910-432-8598
- E-Mail Address
-
carrie.nelson@socom.mil, gail.williams@socom.mil
(carrie.nelson@socom.mil, gail.williams@socom.mil)
- Small Business Set-Aside
- N/A
- Description
- DRAFT Performance Work Statement The U.S. Army Special Operations Command - Contracting Office, located at Fort Bragg, North Carolina, is conducting market research to determine the existence of interested sources capable of providing all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform Army Special Operations Forces (ARSOF) Training Support to provide role player and training support for the assessment, selection, and training conducted by the 1st Special Warfare Training Group (SWTG). The required training support is for field and situational training exercises and provides the depth and realism necessary to portray an adaptable training environment that focuses on achieving a desired outcome. In-role instruction during training events is provided by subject matter experts, which allows for a free-play exercise that is reactive to the performance of the student and allows them a guided experiential learning event to unfold so that each exercise becomes a unique learning environment specifically suited to the performance and capabilities of the student, as specified in the attached DRAFT Performance Work Statement (PWS). This IS NOT a request for proposals, but instead a market research method to determine interested sources prior to issuing the solicitation. The anticipated period of performance is a one-month phase-in, an 11-month base period, plus four (4) one-year ordering periods. The purpose of this notice is to ascertain interest within industry, and to obtain voluntary limited capability information of those interested sources. The Government anticipates the issuance of an unrestrictive, full and open competitive solicitation, to include robust subcontracting plan requirements. Therefore, the Government is also seeking input from the Small Business community regarding recommended subcontracting goals. Information provided is strictly voluntary. If you are an interested source and capable of fulfilling this requirement, please provide the following: 1) Company name and Point of Contact; 2) DUNS number and CAGE code; 3) Socioeconomic Status (to include 8(a), HUBZone, SDVOSB, etc.), if applicable; 4) Security Clearance Level; and 5) A brief Statement of Capability (no more than 10 pages); which responds to the following questions, demonstrates the ability to meet the requirements specified in the PWS, and includes any Past Performance information on Government contracts of similar size and scope within the past three (3) years. 1. Discuss your company's ability to provide subject matter expert role players that have operational experience coupled with years of instructor experience that are capable of effectively teaching in-role instruction, and understand how to engage students at the appropriate level of intensity and then adjust responses based on the performance of the student. 2. Discuss your company's ability to provide a training facility, to include four (4) village sites/ locations with 8 to 10 stick built structures on a sufficient tract of land that can be used to replicate a variety of cultural locations. This facility will be used as an alternate target/ training facility that will provide variety and challenge students in numerous cultural situations, scenarios, and assessments. A surrounding road network is required on the track of land to facilitate convoy movement procedures for students to utilize in route to specified targets. The village sites/ locations and track of land should be within a 5-10 mile radius of Camp Mackall. 3. Explain your company's capacity and technical ability to support a Training Management Office (TMO) to serve as a primary training staff element of the 1st SWTG that will consist of a Field Team and a Support Element. The TMO will manage the Comprehensive Training Environment (CTE) for all ARSOF training conducted by 1st SWTG, and provide training support to include program management, planning, scenario development, dilemma development, script writing, cultural expertise, supply actions, logistics management, maintenance, and repair support as defined in the PWS. 4. Provide your company's experience and technical ability in planning, staffing and conducting multiple training courses simultaneously, as detailed within the PWS. 5. The magnitude of this requirement may require many business concerns to team, partner, and/or subcontract with other business concerns (large and small). Please submit any recommendations regarding subcontracting requirements for small businesses. No requests for capability briefings will be honored as a result of this notice. Interested sources who submit data are responsible for appropriately marking information if it is proprietary in nature. No feedback will be provided regarding individual capability statements. No reimbursement will be made for any costs associated with providing information in response to this announcement and/or any follow-up information requests. Capability statements are due no later than 2:00 PM EST on Friday, 26 October 2018. Responses may be e-mailed to both points of contact listed below. Electronic submissions are preferred.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/FortBraggNC/H92239-19-R-0002/listing.html)
- Place of Performance
- Address: In and around the Camp Mackall and Fort Bragg areas., Fort Bragg, North Carolina, 28314, United States
- Zip Code: 28314
- Zip Code: 28314
- Record
- SN05128360-W 20181020/181018230634-aeda7a0f50c52d8e384d7495b0efab5c (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 |