SOURCES SOUGHT
U -- Survival, Evasion, Resistance and Escape (SERE) Support Services
- Notice Date
- 12/10/2010
- Notice Type
- Sources Sought
- NAICS
- 611699
— All Other Miscellaneous Schools and Instruction
- Contracting Office
- Fort Bragg Contracting Center, Directorate of Contracting, ATTN: SFCA-SR-BR, Building 1-1333, Armistead & Macomb Streets, Fort Bragg, NC 28310-5000
- ZIP Code
- 28310-5000
- Solicitation Number
- W91247-11-R-0006
- Response Due
- 12/23/2010
- Archive Date
- 2/21/2011
- Point of Contact
- Lucinda L. Nance, (910)643-7373
- E-Mail Address
-
Fort Bragg Contracting Center
(lucinda.l.nance@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- SOURCES SOUGHT ONLY: The Mission and Installation Contracting Command (MICC) Center-Fort Bragg located at Fort Bragg, North Carolina has a requirement for Survival, Evasion, Resistance and Escape (SERE) Support Services and is seeking interested sources that are capable of providing the services required. The mission of the U.S. SERE Course is to ensure each student graduates with the confidence and appropriate proficiency level to employ SERE and individual Personnel Recovery Tactics, Techniques, and Procedures necessary to survive and return with honor regardless of the circumstances of isolation. The training will be conducted on the military reservation of the U.S. Army Level C SERE Course at Fort Rucker, Alabama; a remote military training site near Samson, Alabama; or at other specified contingency training locations by exception in Alabama, Florida, and Georgia. The contractor will be required to furnish all personnel (to include instructors, role players, supervisory and staff support), supplies, and other items and services necessary to support the development, administration, execution and instruction of U.S. Military personnel, Allied Forces personnel and other Government designees of the U.S. Army Level C SERE Course in accordance with Government-approved Programs of Instruction (POI), Course Management Plans, instructor courseware, and U.S. Army Training and Doctrine Command (TRADOC) Regulation 350-70, Systems Approach to Training Management, Processes, and Products, dated 9 MAR 99. 1. All contract service providers must be able to obtain and maintain a classified security clearance at the SECRET level verifiable through the Joint Personnel Adjudication System (JPAS). 2. Contract personnel providing instruction shall have a working background in instructional methodology with the ability to prepare and maintain POIs, lesson plans and training aids, (including any/all associated computer-based programs), and the skills to present academic, laboratory, and operational lessons. 3. Contractors must be SERE-Level C full spectrum graduates prior to the start of any development of this contract, to include Wartime, Peacetime Governmental Detention (PGD), and Hostage Detention (HD). This can be accomplished by either graduating a course that combines all three or having separately graduated each of the three. This requirement does not apply to support staff (i.e.: admin, logistics, transportation positions). 4. Resistance Training: Contract personnel shall conduct resistance training. Resistance training shall include classroom instruction and laboratory role-play instruction; individual debriefs, and conduct classroom instruction and role play in resistance training scenarios. 5. Field Training: Contract personnel shall conduct classroom instruction; field training and/or SERE technical training. Contract personnel shall be knowledgeable in all aspects of field training and technical training. 6. Evasion Training: Contractor personnel shall be trained and knowledgeable in all aspects of evasion training and technical training. The anticipated contract type is a single award, fixed-price Indefinite-Delivery/Indefinite-Quantity contract. During the contract period, the First Aviation Brigade at Fort Rucker will identify estimated line item quantities required to complete each specific task, and MICC-Fort Rucker will issue individual task orders to the contractor to complete those requirements. The contract period is expected to be for a one-year base period with four (4) one-year option periods. The one-year base period will include a 45 day phase-in period. This is not a Request for Proposals, but instead a market research method to determine interested sources prior to issuing the solicitation. The purpose of this Sources Sought Notice is to obtain an indication of interest of all businesses, determine any interest from the small business community, and obtain voluntary limited capability information of those interested sources. A determination by the Government on the method of competing this requirement has not been made. The Government will not award a contract based on this Sources Sought Notice, the information received, nor reimburse participants for information they provide. Information provided is strictly voluntary. We are not requesting technical/management proposals. If you are an interested source please provide the following voluntary information: 1) Company name and Point of Contact; 2) DUNS number and CAGE code; 3) Small Business Certification (to include 8(a), HUBZone, SDVOB, etc.) if applicable; and 4) A brief Statement of Capability (no more than 10 pages) which demonstrates the ability to meet the requirements specified above, and includes any Past Performance information on Government contracts of similar size and scope. The North American Industry Classification System (NAICS) code is 611699, "Education Services - All Other Miscellaneous Schools", with a standard size of $7M. Electronic responses are preferred and hard copy documents are highly discouraged. No requests for capability briefings will be honored as a result of this notice. Information provided will not be used as a part of any subsequent solicitation requirement. Interested sources who submit data are responsible for appropriately marking information if it is proprietary in nature. Responses are due no later than 3:00 pm, Eastern Standard Time on December 23, 2010 via e-mail to the Contract Specialist, Ms. Louise Jarrell at nora.jarrell@us.army.mil, AND the Contracting Officer, Ms. Angela Kearney at angela.kearney@us.army.mil. Questions may also be addressed via e-mail to Ms. Jarrell or Ms. Kearney.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/91d3c517dcd3b69ae1a0e46d65164b0f)
- Place of Performance
- Address: Fort Bragg Contracting Center Directorate of Contracting, ATTN: SFCA-SR-BR, Building 1-1333, Armistead & Macomb Streets Fort Bragg NC
- Zip Code: 28310-5000
- Zip Code: 28310-5000
- Record
- SN02341980-W 20101212/101210233747-91d3c517dcd3b69ae1a0e46d65164b0f (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 |