Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 03, 2022 SAM #7369
SOURCES SOUGHT

U -- Victim Advocate Credentialing Program Certification

Notice Date
2/1/2022 11:38:14 AM
 
Notice Type
Sources Sought
 
NAICS
611430 — Professional and Management Development Training
 
Contracting Office
HQ CONTRACT OPERATIONS (CG-912)(000 WASHINGTON DC 20593 USA
 
ZIP Code
20593
 
Solicitation Number
APFS_P2022057109
 
Response Due
2/15/2022 10:00:00 AM
 
Point of Contact
Jamison Harned, Phone: 7574137492, Heather A. Weaver, Phone: 7575236012
 
E-Mail Address
jamison.w.harned@uscg.mil, Heather.a.weaver@uscg.mil
(jamison.w.harned@uscg.mil, Heather.a.weaver@uscg.mil)
 
Description
1.� The United States Coast Guard (USCG) is issuing this Sources Sought Notice as a means of conducting market research to identify parties having an interest in, and the resources for, providing services in accordance with the attached, draft Performance Work Statement (PWS). Under the scope of this contract, the USCG SAPRR Program seeks to comply with the Sexual Assault Prevention Response and Recovery Program, COMDTINST M1754.10E by soliciting the services of a contractor that is nationally recognized for providing national advocate credentialing program services to trained full time and volunteer victim advocate responders.� The contractor shall be capable of providing services that is designed to promote at minimum of forty hours of pre-service training for USCG advocates, continuing education requirements, as well as, recognizes the victim advocate�s years of experience, whether paid or by means of volunteer efforts. THE GOVERNMENT IS NOT SEEKING PROPOSALS AND WILL NOT ACCEPT UNSOLICITED PROPOSALS. 2. The proposed NAICS for this effort is 611430, �Professional and Management Development Training (Size Standard $12M). Comments on this NAICS and suggestions for alternative codes must include supporting rationale. 3. The Government is specifically performing Market Research to see if there are potential vendors who can provide the following per the attached draft Performance Work Statement (PWS), and believe the requirement to be a sole-source. 4. SUBMISSION INFORMATION: When submitting include Title and REF No. (APFS-P2022057109) with your Company Name in the title of the email submission. A. COVER SHEET - 1 page 1. Vendor name, address, website, Data Universal Numbering Systems (DUNS) Number, and Commercial and Government Entity (CAGE) Code. 2. Point of contact to include e-mail address and telephone number. 3. Type of business, including socio-economic category (Large, Small, 8(a) Participant, Small Disadvantaged Business, HUBZone, Woman-Owned Small Business, Service-Disabled Veteran-Owned Small Business, or Non Profit) 4. If applicable, GSA contract number, schedule. B. CAPABILITIES STATEMENT & MARKET INFORMATION (Responses to the section below should be no more than 10 pages) 1. Please describe your organization's breadth of expertise/competency to respond to the draft PWS. Critical functions to be provided include � Subject-matter expertise to assess applications, communicate with applicants on sexual assault response, ability to administer and provide a nationally recognized sexual -assault victim advocate credential to USCG personnel proving direct services to adult sexual assault victims. � The subject-matter expertise and ability to facilitate training curriculum review, and credential approvals for USCG personnel performing direct services to victims of sexual assault with the National Advocate Credentialing Program for USCG personnel. � Analyze all new, renewal, revocations, and reinstatements for USCG personnel application packages against all USCG credentialing requirements. � Execute the application process to include: receiving, reviewing, tracking, processing approvals, renewals, revocations, reinstatements, and issuing credentials to all USCG applicants. � Track application packages throughout the application lifecycle in accordance with USCG privacy and record storage requirements. � Capture, track, and report data as required by SAPRO. � Comply with all USCG and Federal Information Assurance and Privacy rules and regulations, as required (i.e. USCGD 5400.11, ""Department of Defense Privacy Program"" and DoD 5400.11-R, ""Department of Defense Privacy Program""). � Ability to design pre and post assessments that follow psychometric theory and best practices, to verify applicants' ability to demonstrate program core competencies. � Ability to post a link on vendor website, which will allow applicants to get further information about the military's sexual assault prevention and response programs. � Ability to post website content on vendor website to inform readers. � Develop scenario-driven training modules with measurable assessments that provide CEUs for specific competencies as required by the government. Deliver webinars and in-person trainings related to sexual assault response to military personnel. 2. Industry feedback is requested on the draft PWS for this requirement. Please list any challenges or potential performance roadblocks related to fulfilling the draft PWS requirements and any suggestions for improving the draft PWS language. Additionally, the Government seeks answers to the following questions concerning this requirement. Please consider providing responses: � Your opinion about the difficulty and/or feasibility of the potential requirement or proposed acquisition, possible solutions and approaches that may currently exist in the marketplace, and information regarding innovative ideas or concepts; � Your staff expertise, including your availability, experience, formal training, and any other training; � Your current in-house capability and capacity to perform the work. C. BACKGROUND/PAST EXPERIENCE (Response to the section below should be no more than 6 pages) 1. Provide the following information on two (2) similar projects in an environment of similar scale completed within the last five (5) years for which the responder was a prime or sub-contractor. 2. The name and value of each project; 3. The name, address, telephone and email address for point of contact; 4. A description of each project, including challenges and successes; and 5. Your company's role and services provided for each project. 5. All interested and capable contractors are encouraged to respond. Respondents will not be notified of the results of the Sources Sought evaluation. The Government will not provide answers to questions submitted in response this Notice however, the Government will consider any questions and/or information submitted by vendors, in finalizing the draft PWS. Additionally, the results of this Sources Sought Notice will assist the Contracting Officer in determining whether an 8(a), Service-Disabled Veteran-Owned Small Businesses (SDVOSB), Certified HUBZone Small Business, Woman-Owned Small Businesses (WOSB), Small Business set-aside, or full and open competition is an acceptable strategy for this procurement. Responses to this synopsis may be used to aid in establishing realistic, achievable small business participation goals. Interested contractors must be registered in the System for Award Management (SAM) in order to conduct business with the Government. Responders are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this Sources Sought Notice; all costs associated with responding will be solely at the interested party's expense. All information received in response to this submission that is clearly marked Proprietary will be handled accordingly. Acknowledgement of receipt of responses will not be made and submissions to this Sources Sought Notice will not be returned. The information provided in this Sources Sought Notice is subject to change and is not binding on the U.S. Government.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/883e67d032134dc4b8f91a5b6e84f7b2/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN06230530-F 20220203/220201230116 (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.