SOURCES SOUGHT
99 -- Household Management Training
- Notice Date
- 9/15/2023 11:21:57 AM
- Notice Type
- Sources Sought
- NAICS
- 611430
— Professional and Management Development Training
- Contracting Office
- COMMANDER QUANTICO VA 22134 USA
- ZIP Code
- 22134
- Solicitation Number
- M0026423RFI0026
- Response Due
- 9/28/2023 9:00:00 AM
- Archive Date
- 10/13/2023
- Point of Contact
- Daniel M. Baker, Phone: 7034321178
- E-Mail Address
-
daniel.baker@usmc.mil
(daniel.baker@usmc.mil)
- Description
- � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � REQUEST FOR INFORMATION FROM INDUSTRY � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � �Household Management (HHM) THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. This notice requests industry assistance/expertise to define the US Government's need and the cost associated for a potential future requirement/project. The information provided in this RFI is subject to change and is not binding on the US Government. Product/Information provided in response to this RFI is for US Government use only. US Government seeking voluntary submissions at no cost. The US Government has not committed to procuring any of the items/services discussed. The release of this RFI should/shall not be construed as a commitment or as authorization to incur a cost for which reimbursement would be required or sought. All submissions/responses shall be considered the property of the US Government property and will not be returned. NAICS: 611430 � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � �OPPORTUNITY Marine Barracks Washington requires a comprehensive Household Management (HHM) Training Course, structured in four distinct phases. This course will educate members of the Marine Corps Enlisted Aide Program (MCEAP) on industry best practices for formal household services protocol, operations management, effective communication, and customs. The HHM Training Course aims to: - Introduce participants to key subjects via virtual or self-paced training (or a mix). - Deliver in-depth training on those subjects during an onsite phase. - Coach participants through the creation of a comprehensive HHM manual over a period of six months. - Enhance understanding of formal household protocols for diverse guests in a variety of diverse global locations. - Educate on facility mechanical, electrical, and security systems. - Uphold professionalism, ethics, and effective communication in household management. The U.S. Government is foreseeing the issuance of Requirements Type Contract (FAR 16.503) for this requirement. The contractor, under this contract, would fulfill ALL (except where a minimum is not agreed to per the contract) United States Marine Corps (or its supported customers/activities) from the one contractor for the period of the contract. There will be no minimum guarantee.� The one known limitation is that the accumulative effort� during contract performance will not exceed the estimated contract value. The U.S. Government will state a realistic estimated quantity in the solicitation and contract. The U.S. Government intends to use Firm Fixed Price (FFP) against the quantity stated in the solicitation and contract. The U.S. Government intends to issue a five (5) year contract with five (5) ordering periods. From September 20XX to September 20XX, the U.S. Government�s fiscal year, each ordering period will contain its own rates within the contract in accordance with the quote/offer. � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � �WHAT IS BEING SOUGHT? Please see attached DRAFT Performance Work Statement (PWS) and its attachments. -The NAICS anticipated though open to other applicable NAICS is 611430.� If responding to this notice and not using 611430 please state NAICS being used and the business size. It is requested that the following information be provided: Name of Organization, CAGE Code, UEI, and Email address for primary point of contact. Description of your company�s capabilities and experience. Example curriculum If your company has an existing U.S. Government contract relevant to the DRAFT PWS, please provide the contract number. What are the key cost drivers? What variables drive the price up or down? What can be done to minimize the cost? What would your company consider the key discriminator if a given proposal were to be evaluated? What is a certain identifier of positive or negative proposal? Are your company�s offerings subject to FAR 52.222-41 (Service Contract Labor Standards formally known as Service Contract Act) or is the offerings considered professional services? If neither, please explain why. Considering the earlier information; what is the minimum quantity of students that your company will consider holding a class for? Considering the earlier information; what is the maximum quantity of students that your company can support before there is degradation to the company or the participant to provide the best quality service? Pricing: Is it a flat price for each participant or a total price for a class (assuming no less than an established min or max that is not exceeded)? Pricing; coaching (Phase three and four) is it best practice a price for the span of time indicated per participant or a price for each coaching hour? Does your company practice tier pricing or a flat rate cost per student? EX of tier pricing 1 to 5 students at $1.50, 6 to 10 students $1.00, 11 or more $ 0.75. What do you deem are qualifiers to provide such training? What is your company�s ratio of instructor to student? What is the lead time required from contract award or task order to actual performance start date to have a successful training session? Is there anything that can be seen within the PWS that should be further explored or addressed? Please provide (rough cost) the unit price and methodology (how it is applied) for each phase to allow the U.S. Government to adequately project the estimated value of this requirement. ANY other additional information that is deemed relevant and was not addressed is welcomed. The industry partners that respond to this RFI will be assumed to have interest in such requirements and company specifics retained for future use.� Please provide responses by 28 September 2023 at 1200 EST (Quantico Time) electronically (email) to Daniel.Baker@usmc.mil.� Please keep in mind of the size limitations; attachments cannot exceed 10 M.� We do appreciate your participation.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/57d9e1b183764b0ca474aa9d3ea2b636/view)
- Place of Performance
- Address: Washington, DC 20390, USA
- Zip Code: 20390
- Country: USA
- Zip Code: 20390
- Record
- SN06833948-F 20230917/230915230101 (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 |