Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 26, 2023 SAM #7730
SOURCES SOUGHT

U -- Education, Doctrine, and Instruction for Intelligence Efforts (EDIF-IE)

Notice Date
1/24/2023 11:40:29 AM
 
Notice Type
Sources Sought
 
NAICS
611430 — Professional and Management Development Training
 
Contracting Office
W6QK ACC-ORLANDO ORLANDO FL 32826-3224 USA
 
ZIP Code
32826-3224
 
Solicitation Number
W900KK_EDIF-IE
 
Response Due
11/30/2022 11:00:00 AM
 
Archive Date
03/25/2023
 
Point of Contact
Isabel Marie Rodriguez, Phone: 4073843709, Gloria E. Bailey, Phone: 4073843898
 
E-Mail Address
isabel.m.rodriguez12.civ@army.mil, gloria.e.bailey2.civ@army.mil
(isabel.m.rodriguez12.civ@army.mil, gloria.e.bailey2.civ@army.mil)
 
Small Business Set-Aside
8A 8(a) Set-Aside (FAR 19.8)
 
Description
The Army Contract Command - Orlando is issuing this source sought notice as a means of conducting market research to identify parties having an interest in and the resources to support the requirement for Education, Doctrine, and Instruction for Intelligence Efforts Services to support the US Army Intelligence Center of Excellence (USA ICOE), located at Fort Huachuca, Arizona. The intention is to procure these services on a competitive 8(a) basis. It is anticipated the contract vehicle will be a Single Award, Indefinite Delivery/Indefinite Quantity (ID/IQ) contract with an estimated ordering period consisting of (1 Year Base Period, with (4) One Year Option Periods). The Government intends to evaluate all responses received to determine if sufficient interest and capability exists within the 8(a) community to support a Competitive 8(a) acquisition. The proposed contract is anticipated to include tasks that may be accomplished by labor categories that may be subject to the Service Contract Act or a collective bargaining agreement. PLACE OF PERFORMANCE: The work is to be performed primarily at Fort Huachuca DISCLAIMER:�THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A �REQUEST FOR PROPOSAL (RFP)� TO BE SUBMITTED. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. RESPONSES WILL NOT BE RETURNED TO THE RESPONDER. NOT RESPONDING TO THIS NOTICE DOES NOT PRECLUDE PARTICIPATION IN ANY FUTURE REQUEST FOR QUOTE (RFQ) OR INVITATION FOR BID (IFB) OR RFP, IF ANY IS ISSUED. IF A SOLICITATION IS RELEASED, IT WILL BE POSTED ON THE GOVERNMENT-WIDE POINT OF ENTRY (GPE). IT IS THE RESPONSIBILITY OF POTENTIAL OFFERORS TO MONITOR THE GPE FOR ADDITIONAL INFORMATION PERTAINING TO THIS REQUIREMENT.� PROGRAM BACKGROUND: The Selection for the Education, Doctrine, and Instruction for Intelligence Efforts Services in support of the US Army Intelligence Center of Excellence (USAICoE), located at Fort Huachuca, Arizona training mission. � REQUIRED CAPABILITIES: The Contractor shall provide Education, Doctrine, and Instruction for Intelligence Efforts Services in support of the areas specified in Program Background (above). Further detail is provided in the Draft Performance Work Statement (PWS) attached to this announcement (Attachment 1). SPECIAL REQUIREMENTS: Personnel and Facility Security Clearances requirements are described in the attached Draft PWS. A DD254 will be generated and posted with the RFP. ELIGIBILITY: The applicable NAICS code for this requirement is 611430 Professional and Management Development Training with a Small Business Size Standard of $13M. The Product Service Code is U008_ Education/Training- Training/Curriculum Development. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement as it relates to the NAICS listed. Respondents may suggest another suitable NAICS for consideration, but the Government reserves the right to select the appropriate NAICS for the effort described. ADDITIONAL INFORMATION AND SUBMISSION DETAILS (CAPABILITIES STATEMENT): A draft Performance Work Statement (PWS) for review. (Attachment 1) If your organization has the potential capacity to perform these contract services, please provide a tailored capability statement that addresses the below questions. The Government does not wish to obtain marketing materials, general business information or other information that is NOT tailored to answer the below questions and the ability to execute this requirement.� Numerical cost or pricing information Shall Not be provided Proprietary information, if any, should be minimized and MUST BE CLEARLY MARKED.� All information should be UNCLASSIFIED material only. To aid the Government, please segregate proprietary information.� Please be advised that all submissions become Government property and will not be returned. The responses to this Sources Sought Notice (SSN) will be utilized to determine if any small business set-aside opportunities exist and to identify all potential and eligible sources (small and large). Teaming arrangements are highly encouraged.� Interested parties are requested to submit a capabilities statement of no more than ten (10) pages in length using Times New Roman font of not less than 10 pitch. The deadline for response to this request is no later than 2 pm, EST, 30 November 2022. Your response to this SSN shall be electronically submitted in either Microsoft Word or Portable Document Format (PDF) via the DoD Secure Access File Exchange (SAFE) located at https://safe.apps.mil/. Respondents shall ensure the recipients receiving the submitted SSN response via DoD SAFE are the Primary Point of Contact (POC), and the Procuring Contracting Officer (PCO), identified below.� Primary - Contract Specialist (CS), Isabel Rodriguez at: isabel.m.rodriguez12.civ@army.mil Secondary - Contracting Officer (PCO), Gloria Bailey at: gloria.e.bailey2.civ@army.mil The Government will confirm receipt, via email, within one business day.� If confirmation email is not received, please coordinate directly with the CS/PCO to resolve issues. If there are any technical difficulties with DoD SAFE, the responder shall coordinate an alternate method of response submission with the Primary POC, no less than 24 hours prior to the due date and time. All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government. Interested parties must provide, at a minimum, the information requested below and address the following questions: 1. What recent relevant performance (past three (3) years) and/ or current work experience does your company have performing work of similar size and scope? a. Please describe the work your company performed. b. What percentage and dollar amount of the work did you perform? c. Was your company a prime contractor or subcontractor? d. Describe the specific technical skills the responder possesses which ensure capability to meet the objectives and requirements. 2. Please describe what capabilities are currently present in your company and what capabilities will need to be subcontracted if you were to pursue this opportunity. 3. Would you be interested in this effort as a Prime contractor or as a subcontractor? 4. Do you believe there are unique support requirements not correctly captured and/or articulated in the PWS? 5. Can or has your company managed an Indefinite Quantity Indefinite Delivery Contract? a. If so, please provide contract number, and details of the size and scope of work and how many Task Orders your company managed. 6. Please describe the inherent capabilities your company possesses that will increase the likelihood of successful support of the High-Level Functions found in Part 5 of the PWS. 7. What experience does your company possess in leveraging in-house or emerging technologies to assist the Government�s innovation requirements? 8. What experience does your company have in supporting learning material development requirements using advanced technologies and/or techniques? 9. Please describe your company�s ability to support distance learning platforms and environments. 10. Can or has your company managed a team of subcontractors before? a.)� Provide sufficient details to determine your companies' ability to manage a team of subcontractors. (i.e., contract number, subcontractor names, etc.) 11. LIMITATIONS ON SUBCONTRACTING:�If you are a certified 8(a) small business interested in being the prime contractor for this effort, please be advised that the standard FAR clause 52.219-14 (Limitations on Subcontracting) was most recently updated in October 2022.� However, CLASS DEVIATION 2021-O0008 to this clause issued September 2021 remains in effect and currently applies to this requirement until rescinded or superseded. �This deviation adds the definition of �Similarly Situated Entity� and the 50% calculation for compliance with the clause.� Small business prime contractors may now count �first tier subcontractor� work performed by a �Similarly Situated Entity� as if it were performed by the prime contractor itself.� To assist in our market research and set-aside determination for this effort, if you are a certified 8(a) small business interested in priming this effort and plan to utilize a �Similarly Situated Entity� to meet the Limitations on Subcontracting requirements as clarified in the Deviation, please identify the name & Unique Entity ID/CAGE Code of the specific firm(s) you intend to partner/subcontract with to meet the requirements as well as their SB size status under the NAICS that you as the prime would assign for their workshare.� Information regarding any planned �Similarly Situated Entity� should be included in answering any questions outlined in the SSN in order to assist the Government's capability determination. Please define your company profile by providing at a minimum: a. Your size standard for the suggested NAICS (Is there another NAICS that would be suggested based on review of the draft PWS?) b. Company CAGE code c. Primary and secondary points of contact to include name, title, phone number, email address Respondents to this notice also must indicate their socio-economic status [i.e., 8a, Small Disadvantaged Business (SDB), HUBZone, Veteran-Owned Small Business (VOSB), Service-Disabled Veteran-Owned Small Business (SDVOSB), or Women-Owned Small Business (WOSB)] 12. Include in your response your ability to meet the requirements in the Facility and Safeguarding requirements presented in PWS paragraph 1.6 and associated subparagraphs. 13. What do you see as the risk areas associated with this overall effort and how would you mitigate that risk? 14. What level of Facility Clearance does your organization possess? a. Please include the Facility Clearance of any ""Similarly Situated Entity"" that may be proposed as a team member. 15. What is your ability to quickly recruit, retain or replace personnel with appropriate security clearances and qualifications? a. Include in your response the differing levels of classification under which your firm has performed work in the past and the differing levels of security clearances your firm has experience managing in the past. 16.) Does your firm believe there are specific NAICS and Contract Types that would be best suited to this requirement?� If so, what are they?
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/5db86352aa474315b4848d89e5728d9d/view)
 
Place of Performance
Address: Fort Huachuca, AZ 85613, USA
Zip Code: 85613
Country: USA
 
Record
SN06572342-F 20230126/230124230110 (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  © 1994-2020, Loren Data Corp.