Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 19, 2021 SAM #7232
SOURCES SOUGHT

U -- Professional Development Training

Notice Date
9/17/2021 3:20:58 PM
 
Notice Type
Sources Sought
 
NAICS
611430 — Professional and Management Development Training
 
Contracting Office
VIRGINIA CONTRACTING ACTIVITY WASHINGTON DC 203405100 USA
 
ZIP Code
203405100
 
Solicitation Number
402002921z
 
Response Due
9/27/2021 12:00:00 PM
 
Archive Date
10/12/2021
 
Point of Contact
Brenda Pickett, Laura A. Veney
 
E-Mail Address
brenda.pickett@dodiis.mil, laura.veney@dodiis.mil
(brenda.pickett@dodiis.mil, laura.veney@dodiis.mil)
 
Small Business Set-Aside
8A 8(a) Set-Aside (FAR 19.8)
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY:�This request is for planning purposes only, it is not a request for offers, quotes, or proposals. This notice does not represent a commitment by the Government to issue a solicitation or award a contract. The Government will not be responsible for any cost incurred by interested parties responding to this notice. This notice is for Market Research only in accordance with Federal Acquisition Regulation (FAR) Part 10 to determine the capability of potential sources.� Virginia Contracting Activity (VACA) anticipates establishing a contract under North American Industrial Classification System (NAICS) Code 611430, ""Professional Development Training� with a Small Business standard of $12,000,000. VACA is issuing this notice in order to solicit capability statements from qualified sources to ensure sufficient competition exists to meet the Government's requirements. It is the Government's intent to use information gathered in response to this notice to assist in market research to determine whether to, in accordance with applicable laws, set-aside�this requirement or�solicit offers from all responsible sources.� The anticipated length of�the period of�performance is a one (1) twelve (12) month Base Period and four (4) twelve (12) month Option Periods.� BACKGROUND:�� The purpose of this effort is to obtain strategic financial support services to the Financial and Acquisition Career Development Office (FACDO).�This requirement is to obtain acquisition of educational and training classes that will allow the Financial and Acquisition (F&A) Workforce to develop their knowledge, skills and abilities (KSAs)�so as to�allow greater support to the Agency�s operations.��PLEASE ENSURE YOU HAVE READ ALL ASPECTS OF THE�STATEMENT OF OBJECTIVES (SOO).�� Interested parties shall review the attached DRAFT�SOO�and provide their capability to perform the requirements. Small�Businesses are encouraged to respond.� RESPONSE REQUESTED:� This notice is a market research tool being used to determine the availability and capability of potential sources prior to determining a procurement strategy. No basis for a claim against the Government shall result from a response to this notice. If a solicitation is issued as a result of this Sources Sought, information submitted in response to this notice may be used to determine the appropriate procurement strategy.�All qualified�Small�Business�Concerns are encouraged to respond.�� QUESTIONS:� Question #1 -�� Are you a�Small Business,�Historically Underutilized�Business Zone (HUBZone),�Woman-Owned Small Business (WOSB), Service-Disabled Veteran-Owned Small Business (SDVOSB)�or 8(a) business that been certified by the�U.S.�Small Business Administration.� Question #2 - Do you have any experience educating members of the Defense Intelligence Community and creating instructional materials and curriculums tailored for their use?�� Question #3 - Do you have the ability or can collaborate with subcontractors to offer classes in the various fields of Acquisition to include, but not limited to, the following:� FAR, DFARS, Acquisition Program Management, Contracting, Contracting Officer Representative Training, Property Management, Performance Work Statements, and courses that support the Defense Acquisition Workforce�Improvement Act (DAWIA) Certification?� Question #4 � Do you have the ability or can partner with subcontractors to offer classes in the field of Financial Management to include, but not limited to, the following:� Planning, Programming, Budget, and Execution (PPBE) Process, Budget Execution and Management, Auditing, Internal Controls, Cost Estimating, and courses that support DOD Financial Management Certification?� Question #5 - Do you have the ability or can partner with subcontractors to offer classes in the field of accounting to include, but is not limited to, the following: Federal Accounting Principles, Purpose of the United States General Ledger, Data Analytics for Financial Managers, Federal Financial Reporting and Financial Statements and courses that support DOD Financial Management Certification?� Question #6 � Do you have the ability or can you partner with subcontractors that can provide instruction and offer classes in Financial and Acquisition Law to include, but is not limited to, the following:� Appropriations Law, DOD Fiscal Law, Anti-Deficiency Act, Federal Acquisition Regulation and Defense Federal Acquisition Regulation Supplement and other laws representative�of the�DOD Finance and Acquisition�arena.� Question #7 � Can you securely teach multiple classes in a virtual format using Internet and Information System Technology as well as being able to teach in a traditional classroom environment?���� Question #8��� Do�you have the ability / agility to create new courses, curriculums and bespoke learning materials according to the needs of the Defense Intelligence Community within a short timeframe and present these classes and materials in a professional manner?�� Question #9 - Do you have instructors onboard that have experience working in Finance and Acquisition in the Department of Defense and/or Intelligence Community?� �Question #10 - Can you create in-classroom exercises and homework that will strengthen the student�s ability to grasp the academic concepts that are being taught in the classroom?� INTERESTED FIRMS SHALL SUBMIT THE FOLLOWING:�� 1. Name and address of company and or companies (if there is a teaming arrangement.)�Include�mailing address, telephone, fax number, website address (if applicable), Point of Contact Name, telephone and email address of the individual(s)�with the�authority and knowledge to clarify responses with Government representatives.� � � � a.Potential�Teaming�Arrangements�-�describe whether the company intends to fulfill the subject requirement along, or whether a�Teaming�Arrangement is anticipated. The Government recognizes that one company may not possess�all of�the necessary knowledge, skills, and experience needed to meet the requirements specified in the SOO. If knowledge, skills or other expertise is obtained from this type of arrangement, vendors shall describe the efficiencies gained through teaming, but members need not be identified.� b. Explain how expertise and experience gained through teaming will benefit the Government.� 2. Technical capability relevant to the�requirement.� 3. Technical�Approach relevant of the requirement (no more than 2-3 paragraphs)� 4. Management�Approach�relevant to the requirement (no more than 2-3 paragraphs);� 5. Any� Corporate�Experience relevant to the�requirement.� 6. Relevant�Past�Performance. Your capability statement needs to include a list of three customers (Government) within the past three (3) years highlighting similar work in nature, scope, complexity and a brief description of the scope of work. Your submission for relevant past performance must include for each customer:� Contract�Name/Contract�Number;�� Contracting Agency or Department, POC and contact�information;�� Yearly contract value (in $);� State whether your firm was the prime or a�subcontractor;�� Period of�Performance;�� Description of work and how it relates to the requirements.� 7. Security Clearance: The contractor shall hold a current and active TOP Secret Security Clearance and must have a current Single Scope Background investigation with�current/re-instable eligibility to Sensitive Compartment Information at the beginning of the performance period. Please see attached SOO for additional details.�� 8. Representative sample of labor categories and rates for providing support services.�� 9. Indicate business size, size standard and status, if qualified as an 8(a) firm (must be certified by SBA), Small Disadvantaged Business (must be certified by SBA), Woman-Owned Small Business, HUBZone firm (must be certified by SBA), and/or Service-Disabled Veteran Owned Small Business.� 10. DUNS Number, CAGE Code, Tax Identification Number, and company structure (Corporation, LLC, Partnership, Joint Venture, etc.) Companies also must be registered in the System for Award Management at�http://www.sam.gov/portal/SAM/#1��to be considered as a potential source.� *Please note: VACA will make only one award from any solicitation resulting from this Sources Sought.� Submission Instructions:�� Interested firms responding to�this sources�sought must provide a capability statement demonstrating their experience, skills, and capability to fulfill the Governments requirements for the above. The capability statement shall be in sufficient enough detail, but not exceed 5 pages, so that the Government can determine the experience and capability of your firm to perform the requirements specified in the DRAFT SOO. Please specify one primary and one alternate Point of Contact (POC) within your firm, including telephone numbers and email addresses in case clarifications of your submission are needed. DO NOT SUBMIT RESUMES. Respondents shall submit their response via email to the Point of Contact provided below. *The page size is to print to a standard 8.5�x11� paper using Times New Roman, 11-point font, with�one-inch�margins using Microsoft Word. *The file shall be only one (1), in PDF or Word, and shall be no more than five pages in its entirety. Do not send a separate cover letter or any other document, submit only one (1) file.�The response must be received no later than�27 September�2021��3:00�PM EST.�� Only electronic copies of capability statements will be accepted and should be emailed to:�(Contracting Officer)�brenda.pickett@dodiis.mil� & (Contract Specialist)�laura.veney@dodiis.mil.�The email shall contain the following subject line: ""�FACDO�1"". Questions or answers will not be considered.�NO PHONE CALLS WILL BE ACCEPTED or RETURNED.�The decision to proceed with the acquisition is at the sole discretion of the Government.�
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/516b601556834b50ad4e4f10567e8e7c/view)
 
Place of Performance
Address: Bowie, MD 20716, USA
Zip Code: 20716
Country: USA
 
Record
SN06137360-F 20210919/210917230121 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.