SOURCES SOUGHT
R -- Comprehensive Assessment of the Sexual Assault Prevention and Response (SAPR) Program at the United States Merchant Marne Academy (Academy)
- Notice Date
- 2/16/2022 8:47:34 AM
- Notice Type
- Sources Sought
- NAICS
- 541612
— Human Resources Consulting Services
- Contracting Office
- 693JF7 DOT MARITIME ADMINISTRATION WASHINGTON DC 20590 USA
- ZIP Code
- 20590
- Solicitation Number
- 693JF7-22-SS-0007
- Response Due
- 3/3/2022 9:00:00 AM
- Point of Contact
- Nicole A. Price, Juebiline Mbandi
- E-Mail Address
-
nicole.price@dot.gov, Juebiline.Mbandi@dot.gov
(nicole.price@dot.gov, Juebiline.Mbandi@dot.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- 1.� The Maritime Administration (MARAD) is issuing this Sources Sought Notice as a means of conducting market research to identify parties having an interest in, and the resources to perform a comprehensive assessment of the Academy�s SAPR program, identify areas for improvement, and to provide guidance on the steps necessary to make those improvements.� This notice shall not be construed as a formal solicitation or an obligation on the part of the Government to acquire any products or services. In addition, it does not guarantee that a subsequent solicitation will be issued. Submission of any information in response to this Sources Sought Notice is voluntary and will assist in selecting the appropriate solicitation type/method. Costs associated with any submission shall not be reimbursed by the Government.� THE GOVERNMENT IS NOT SEEKING PROPOSALS AND WILL NOT ACCEPT UNSOLICITED PROPOSALS. 2.� The proposed NAICS for this effort is 541612, Human Resources Consulting Services.� Comments on this NAICS and suggestions for alternative codes are welcome and must include supporting rationale. 3.� SUBMISSION INFORMATION: A.� COVER SHEET - 1 page i.� Vendor name, address, website, Data Universal Numbering Systems (DUNS) Number, and Commercial and Government Entity (CAGE) Code. ii.� Point of contact to include e-mail address and telephone number. iii.� 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) iv.� If applicable, GSA contract number, schedule, or any IDIQ vehicles this type of service could be ordered against. B.� CAPABILITIES STATEMENT & MARKET INFORMATION (Response to Section B should be no more than 8 pages) i.� Please describe your capabilities to provide the following: -�� Assessment of sexual assault prevention and response programs in an institution of higher education. -�� Analysis and development of Title IX compliant policies and procedures related to reporting and preventing sexual assault, sexual and gender-based harassment, relationship violence, stalking and retaliation at an institute of higher education. -� Provide recommendations for infrastructure additions and improvements to better support the proposed policies and procedures. -� Generate reports outlining the areas of concern, strengths, opportunities for improvement, and organizational recommendations. ii.� Industry feedback is requested on meeting the requirements identified in this Sources Sought Notice.� Additionally, the Government seeks answers to the following questions concerning this Notice.� Please consider providing responses: -� Your opinion about the difficulty and/or feasibility of the potential requirements, 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 described. C.� BACKGROUND/PAST EXPERIENCE (Response to Section C should be no more than 8 pages) i.� Please describe your organization's breadth of experience in the following: -� Reviewing and revising Title IX policies to comply with applicable authorities and best and emerging practices in an institute of higher education. -� Conducting outreach and information gathering with a variety of stakeholders, including students, to ascertain the nature and extent of sexual assault, sexual and gender-based harassment, relationship violence, stalking and retaliation at an institute of higher education. -� Analyzing an institute of higher education�s existing Title IX training and recommending appropriate changes. -��Assessing the quality and effectiveness of reporting procedures available to survivors relating to sexual assault, sexual and gender-based harassment, relationship violence, stalking, and retaliation.� -� Assessing staffing and leadership attitudes at institutes of higher education to determine adequacy of addressing sexual assault, sexual and gender-based harassment, relationship violence, stalking, and retaliation. -� Communicating clearly and concisely with leadership, staff and students in a multidisciplinary setting. -� Assisting with the implementation of new Title IX policies and procedures ii.� Provide the following information on two (2) similar projects in an environment of similar scale completed within the last five (5) years for which your company was a prime or sub-contractor. a. The name and value of each project; b. The name, address, telephone and email address for point of contact; c. A description of each project, including challenges and successes; and d. Your company's role and services provided for each project. 4.� All interested and capable contractors are encouraged to respond. Respondents will not be notified of the results of the Sources Sought evaluation.� 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. 5.� 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. 6.� The information provided in this Sources Sought Notice is subject to change and is not binding on the U.S. Government.� 7.� RESPONSE DUE DATE: The Government requests that all responses be returned by 12:00 PM ET on March 3, 2022.� All responses shall be submitted electronically to: Juebiline Mbandi (juebiline.mbandi@dot.gov).
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/94cbccf343374a0c829eecc8ce464bb7/view)
- Place of Performance
- Address: Kings Point, NY 11024, USA
- Zip Code: 11024
- Country: USA
- Zip Code: 11024
- Record
- SN06245083-F 20220218/220216230117 (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 |