SOLICITATION NOTICE
U -- U--The Contractor shall provide all personnel, equipment, tools, materials and supervison to provide Certification and Training Services for the US Army Chief of Chaplains in accordance with the attached PWS.
- Notice Date
- 12/22/2008
- Notice Type
- Presolicitation
- NAICS
- 611430
— Professional and Management Development Training
- Contracting Office
- Department of the Army, Defense Contracting Command-Washington, Contracting Center of Excellence, Army Contracting Agency (ACA), Contracting Center of Excellence, Army Contracting Agency (ACA), ATTN: Policy and Compliance, 5200 Army Pentagon, Room 1D245, Washington, DC 20310-5200
- ZIP Code
- 20310-5200
- Solicitation Number
- W91WAW-09-R-0031
- Response Due
- 1/6/2009
- Archive Date
- 3/7/2009
- Point of Contact
- Linda Jackson, 703-695-5259<br />
- Small Business Set-Aside
- N/A
- Description
- This combined sources sought/synopsis is for information and planning purposes only; it is not to be construed as a commitment by the Government. A contract may not be awarded as a result of this combined sources sought/synopsis. The Contracting Center of Excellence (CCE) on behalf of the Office Chief of Chaplains intends to procure services for Presentation Packages and Training in support of the Army Chief of Chaplains. CCE intends to procure Certification and Training Services as a small business set-aside or under full and open procedures. The capability package for this sources sought market survey is not expected to be a proposal, but rather statements regarding the companys existing experience in relation to the areas specified in the PWS. Only small businesses are to submit capability packages. Interested small businesses that are certified and qualified as a small business concern in NAICS code 611430 with a size standard of $6.5M dollars are encouraged to submit their capability packages. Capability packages must not exceed 10 pages in length and must be submitted electronically. Small businesses are to outline their experiences in RELATIONSHIP TRAINING CERTIFICATION AND CURRICULUM. Areas or tasks where a contractor does not have prior experience should be annotated as such. This combined sources sought/synopsis is for information and planning purposes only; it is not to be construed as a commitment by the Government. A contract may not be awarded as a result of this combined sources sought/synopsis. The Contracting Center of Excellence (CCE) on behalf of the Office Chief of Chaplains intends to procure services for Presentation Packages and Training in support of the Army Chief of Chaplains. CCE intends to procure Certification and Training Services as a small business set-aside or under full and open procedures. The capability package for this sources sought market survey is not expected to be a proposal, but rather statements regarding the companys existing experience in relation to the areas specified in the PWS. Only small businesses are to submit capability packages. Interested small businesses that are certified and qualified as a small business concern in NAICS code 611430 with a size standard of $6.5M dollars are encouraged to submit their capability packages. Capability packages must not exceed 10 pages in length and must be submitted electronically. Small businesses are to outline their experiences in RELATIONSHIP TRAINING CERTIFICATION AND CURRICULUM. Areas or tasks where a contractor does not have prior experience should be annotated as such. The following questions must be answered and elaborated on as part of the package: (1) Premarital Interpersonal Choices and Knowledge (PICK) How to Avoid Marrying a JERK(ette) Marriage Lasting Intimacy through Nurturing, Knowledge and Skills (LINKS) Certification and Curriculum (1) What experience does your company have with certifying individuals as trainers to conduct training in the Premarital Interpersonal Choices and Knowledge (PICK) How to Avoid Marrying a JERK(ette) and the Marriage Lasting Intimacy through Nurturing, Knowledge and Skills (LINKS) curriculum? (2) What experience does your firm have in developing the curriculums for Premarital Interpersonal Choices and Knowledge (PICK) How to Avoid Marrying a JERK(ette) and Marriage Lasting Intimacy through Nurturing, Knowledge and Skills (LINKS)? (3) What experience does your company have with Army or other military level activities in providing curriculum that is focused on the delivery of resiliency programs to military families to build healthy relationships in the environment of pre- and post-deployment concerns? (4) Does your company have experienced staff who has conducted training to prepare military singles and couples to better cope with the challenges of relationships, military careers and wartime issues? (5) What experience does your company have with the Armys Strong Bonds program or military Chaplain-led programs? If at least two responsible small business concerns are determined by the Government to be capable of performing this requirement based on an evaluation of the capability packages submitted by 10:00 am, EST, 6 Jan 2009, the requirement will be solicited as a 100% set-aside for small business concerns. If capability packages are not received from at least two responsible small business concerns by the response date or if the Government determines that no small businesses are capable of performing this requirement based upon an evaluation of the capability packages submitted this requirement will be solicited under full and open procedures. To assist us in maintaining a list of interested small businesses for this potential procurement, please provide your companys name, point of contact (POC), address, phone number, and business size under the above NAICS code to the POC for this procurement to Linda Jackson, at Linda.Jackson@hqda.army.mil). A Firm Fixed Price type contract is anticipated. The anticipated period of performance will be for a base period of twelve (12) months with two twelve (12) month option periods. The place of performance will be at the contractor facility. Contractor personnel will not require a current secret or top secret clearance. A written Request for Proposal (RFP) will be posted on or about 15 January 2009. The RFP must be retrieved and downloaded from the Army Single Face to Industry (ASFI) Acquisition Business Website -- https://acquisition.army.mil/asfi/; select the Contracting Opportunities Search button, then select the desired RFP and click. Process. No hard copies of the RFP will be issued; all amendments will be posted and must be retrieved from this website. Responses to the RFP must be submitted by email to the POC identified below. No solicitation mailing list will be compiled. Contractors are responsible for all costs for submitting their capability packages. POC is Linda Jackson, at Linda.Jackson@hqda.army.mil.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=09528ba75f2db9fcba40085512acb122&tab=core&_cview=1)
- Place of Performance
- Address: Contracting Center of Excellence, Mission and Installation Contracting Command (MICC) ATTN: Policy and Compliance, 200 Stovall Street, 11th Floor, Hoffman Bldg. Alexandria VA<br />
- Zip Code: 22332-0001<br />
- Zip Code: 22332-0001<br />
- Record
- SN01722656-W 20081224/081222214708-09528ba75f2db9fcba40085512acb122 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |