SOURCES SOUGHT
U -- Instructor, Training and Development III for TRADOC / U.S. Army Combined Arms Support Command (CASCOM)/SCoE
- Notice Date
- 4/10/2025 5:49:04 AM
- Notice Type
- Sources Sought
- NAICS
- 541990
— All Other Professional, Scientific, and Technical Services
- Contracting Office
- W6QM MICC-FDO FT EUSTIS FORT EUSTIS VA 23604-5538 USA
- ZIP Code
- 23604-5538
- Solicitation Number
- W911S025RITSD
- Response Due
- 4/15/2025 11:00:00 AM
- Archive Date
- 04/30/2025
- Point of Contact
- Reese Wolf
- E-Mail Address
-
reese.a.wolf.civ@army.mil
(reese.a.wolf.civ@army.mil)
- Description
- Amendment 2, April 10, 2025: See Attachment 2 - Answers. Amendment 1, April 2, 2025: Replaced word doc attachment with PDF. Please delete the word document if you already downloaded it. REQUEST FOR INFORMATION (RFI) / SOURCES SOUGHT NOTICE (SSN) TRADOC / U.S. Army Combined Arms Support Command (CASCOM)/SCoE Title: Instructor, Training Support, and Development III (ITSD3) Location: Primarily Fort Gregg-Adams, VA. See attached draft PWS for additional locations. A. Purpose Mission and Installation Contracting Command (MICC) � Fort Eustis is conducting market research to: i) obtain feedback on the attached draft PWS, ii) assess industry capability and interest; and iii) identify capable and responsible sources that can provide the required services. B. Disclaimer This RFI/SSN is issued solely for information and planning purposes. It does not constitute a Request for Quote (RFQ), a Request for Proposal (RFQ), or a promise to issue an RFQ or an RFP in the future. This RFI/SSN does not commit the Government to contract for any future supplies or services. At this time, the Government is not seeking proposals and will not accept unsolicited proposals. The Government will not pay responders for any information or administrative costs incurred responding to this RFI/SSN. All costs associated with responding to this RFI/SSN are solely at the your own expense. Failure to respond to this RFI does not preclude participation in any future RFQ or RFP that may be issued. Any information submitted by respondents is strictly voluntary. The information provided in this RFI/SSN is subject to change and is not binding on the Government. The Government has not made a commitment to procure any of the discussed requirements. Release of this RFI shall not be construed as such a commitment nor as authorization to incur a cost for which reimbursement would be required or sought. All submissions become Government property and will not be returned. C. Program Objective The Army�s premier sustainment think tank and training institution is the Sustainment Center of Excellence (SCoE). The SCoE provides education and training of United States (U.S.) Army, foreign military, other services, and civilian personnel for military occupational specialties and professional development. This is a non-personal service(s) contract to provide services in 3 primary task areas to support the SCoE mission: i) instructor, ii) instructor/writer training support, and iii) training development. See the attached draft Performance Work Statement (PWS) for details. The attached PWS is a preliminary draft for market research purposes only and is not intended as an actionable requirements document. There is no guarantee that a requirement will proceed to solicitation or award. D. Questions to RFI/SSN Questions are due by 2:00 PM ET on April 8, 2025. Questions shall be emailed to kailah.n.brinson.civ@army.mil and reese.a.wolf.civ@army.mil. All questions, including late questions, may be answered only at the discretion of the Contracting Officer. At the Contracting Officer�s discretion, answers may be sent as a direct email response to the vendor asking the question, or as an amendment to the solicitation for the benefit of all interested parties. Questions via phone, TEAMS, or any method except email will be disregarded. F. Responding to the RFI/SSN Responses are due by 2:00 PM ET on April 15, 2025. Responses are voluntary and will be considered. They will be reviewed in a manner and to an extent in the Contracting Officer's discretion. We request that you limit your response to 20 pages maximum. A page is defined as 8.5� x 11� size with 1� margins. All text must be in 12-point Times New Roman font. Images are permitted. Please organize your response in the following order: Cover Page: With organization information, POCs, etc. Answers to Paragraph G Specific Questions, below. Capability statement (preferably tailored to this requirement). G. Specific Questions Please review the attached draft PWS and respond to the following questions: Are you capable of performing a contract under this PWS? If yes, please submit a capability statement for us to assess market capability. If this draft PWS were issued as a solicitation tomorrow (it will not be), is there a reasonable likelihood that your business would submit a proposal? What sections of the draft PWS are unclear, what is unclear about them, and how can they be improved? What issues would you like to see addressed in a final version of this PWS which would increase your likelihood of submitting a proposal? What additional information would you find useful in preparing a proposal? What relevant NAICS codes (3 max) do you qualify as a small business under, if any? Please identify any existing IDIQ contracts that you would be able to satisfy this requirement under, if any. Would you find an industry day useful? If so, what topics would you like to see covered?
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/f2094be42d864605ab0d456bab692e90/view)
- Place of Performance
- Address: Fort Gregg Adams, VA, USA
- Country: USA
- Country: USA
- Record
- SN07405455-F 20250412/250410230112 (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 |