SOLICITATION NOTICE
U -- Journey to Leadership (JTL) Training Services
- Notice Date
- 4/3/2025 11:34:03 AM
- Notice Type
- Solicitation
- NAICS
- 611430
— Professional and Management Development Training
- Contracting Office
- W6QK ACC-RI ROCK ISLAND IL 61299-0000 USA
- ZIP Code
- 61299-0000
- Solicitation Number
- W519TC-25-Q-A006
- Response Due
- 4/11/2025 10:00:00 AM
- Archive Date
- 04/26/2025
- Point of Contact
- Angela Venes, meghan overton
- E-Mail Address
-
angela.m.venes.civ@army.mil, meghan.a.overton.civ@army.mil
(angela.m.venes.civ@army.mil, meghan.a.overton.civ@army.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- 03APR2025 - This announcement is hereby amended to incorporate the following attachments: 1) B08 - ATTACHMENT 0002 AMENDED 03APR2025 - FAR 52.212-1 ADDENDUM - Instructions to Offerors 2) B08 - ATTACHMENT 0003 AMENDED 03APR2025 - JTL Basis of Award 3) B08 - ATTACHMENT 0005 - Answers to Questions Received From Industry 24-28MAR2025 A brief summary of the requirement is provided below. 1. REQUIREMENT. The U.S. Army Sustainment Command (ASC) has a requirement for Journey to Leadership (JTL) Program. The JTL Program is a dynamic, multi-tiered leadership development program, developed and administered by US Army Sustainment Command (ASC) G-3 Training. The intent of this program is to train current and future leaders in a broad range of leadership concepts, to utilize/administer various leadership tools and techniques, and to enhance their leadership competencies and interpersonal skills. Benefits to program graduates are huge and include specific work skills/techniques, one-on-one interaction with senior leaders, and broad-spectrum networking opportunities for work-related issues, as well as a better understanding of various organizations missions. This requirement shall be performed IAW the Performance Work Statement (PWS) dated February 27, 2025 (Attachment 0001). 2. SOLICITATION. The solicitation number for this requirement is W519TC-25-Q-A006 and is hereby issued as a Request for Quote (RFQ) using FAR Part 13.5 - Acquisition of Simplified Procedures for Certain Commercial Items. The solicitation document and incorporated provisions are those in effect as a 100% Small Business Set-aside in accordance with (IAW) FAR 19.502-2. 3. CONTRACT TYPE. This requirement is being solicited as a five (5) year Indefinite Delivery Indefinite Quantity (IDIQ) contract and will result in a Firm Fixed Price Contract to a responsible Offeror. This acquisition will be conducted using an Acceptable/Unacceptable rating for Technical Experience and a comparative analysis per FAR 13.106-1 for the Leadership Development Approach and the Staffing Plan. Refer to the solicitation document and supplemental attachments for additional details regarding the requirement and how to submit a timely quote.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/aabef737874649a0920fcb5dc46d08d8/view)
- Place of Performance
- Address: Rock Island, IL 61299, USA
- Zip Code: 61299
- Country: USA
- Zip Code: 61299
- Record
- SN07396626-F 20250405/250403230046 (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 |