SOLICITATION NOTICE
R -- THIS IS A PRESOLICIATION NOTICE ONLY AND NOT A SOLICITATION OR REQUEST FOR PROPOSAL (RFP). PROPOSALS ARE NOT BEING SOLICITED OR ACCEPTED AT THIS TIME.
- Notice Date
- 10/4/2011
- Notice Type
- Presolicitation
- NAICS
- 611430
— Professional and Management Development Training
- Contracting Office
- HQ USAINSCOM, Directorate of Contracting, ATTN: IAPC-DOC, 8825 Beulah Street, Fort Belvoir, VA 22060-5246
- ZIP Code
- 22060-5246
- Solicitation Number
- W911W4-R-12-0002
- Response Due
- 10/19/2011
- Archive Date
- 12/18/2011
- Point of Contact
- Aaron Wasserman, 703-428-4538
- E-Mail Address
-
HQ USAINSCOM, Directorate of Contracting
(aaron.wasserman@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- This publication serves as a notice that the United States Army Intelligence and Security Command (HQ USAINSCOM) intends to issue a solicitation number W911W4-12-R-0002, entitled INSCOM G3 Training and Readiness Support Services (ITRSS). W911W4-12-R-0002 shall seek to acquire operationally-focused "gap" training, to include Foundry program training and cryptologic training management requirements, for intelligence personnel and units who are deploying and preparing to deploy. These services are designed to enhance military intelligence (MI) operational readiness across all intelligence disciplines in both active and reserve components. The program enables multi-disciplined intelligence reach-forward opportunities to maintain target knowledge and continuity from home station before and after deployment. Foundry also provides specific dialect training for MI linguists. Foundry leverages Joint and National intelligence training opportunities and custom-developed training programs to meet the Army Forces Generation (ARFORGEN) deployment demands. The Army continues to build Foundry training platforms at major installations to facilitate database access, virtual training programs, classroom instruction and live environment training for Soldiers at home station. These training platforms facilitate the replication of multi-disciplined intelligence training environments and maintenance of advanced systems. Foundry training may be conducted in a classroom environment at or near Fort Belvoir, at home station via Mobile Training Team (MTT), or at home station within or near a Foundry platform. These MTTs may be in CONUS, OCONUS, or in contingency areas of responsibility (AOR) (e.g., Fort Belvoir, Fort Huachuca, Afghanistan, Iraq, Korea, etc.). The solicitation shall also require administrative, management and technical support to the INSCOM G3 training and readiness efforts described above. The solicitation may specify the requirement for managing a training program that provides the services described above, developing tactics techniques/procedures (TTPs), and doctrine concerning the training topics and developing, delivering and maintaining training materials, to include full training support packages (TSP). The successful offeror shall support the transition of training and familiarization of all associated applications and functions to include transition of training support to or from institutional training systems and coordinate instruction, materials, and assistance for the delivery of training to support INSCOM's mission. Moreover, the requirement will require the successful offeror to support the Intelligence Regional Operations Capability (IROC) mission, Cryptologic language training capabilities, and to stand up any new initiatives as they are identified by the Government in addition to rapidly staff, assign, or reassign subject matter experts in support of surge or emerging situations. The Government anticipates making a single award IDIQ contract from the upcoming solicitation to include /task orders to support INSCOM G3 for a three (3) year period. Task Orders may be for a base period of 12 months and multiple option periods of performance for 12 months each. It is anticipated to enter into an Indefinite Delivery/Indefinite Quantity (IDIQ) contract with Firm Fixed Price (FFP), Cost Reimbursement (CR), and Cost Plus Fixed Fee (CPFF) contract line items for the aforementioned services. The NAICS code for this solicitation is 611430. The small business size standard for this NAICS code is $7M. It is anticipated that solicitation number W911W4-12-R-0002 will be issued in October 2011. The exact closing date and time of the solicitation will be identified in the solicitation package which will be posted for review and download at www.fbo.gov. It is the sole responsibility of the offeror to review the webpage frequently for any updates/ amendments or early release. All prospective offerors must have a Commercial and Government Entity (CAGE) code and be registered with the Central Contractor Registration (CCR) at http://www.ccr.gov. This will be an electronic solicitation release. No hard copies will be mailed. This synopsis is for information purposes only and is not to be construed as a commitment by the Government. For further information, please submit any responses to this solicitation to Aaron.Wasserman@US.Army.Mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/INSCOM/DASC01/W911W4-R-12-0002/listing.html)
- Place of Performance
- Address: HQ USAINSCOM, Directorate of Contracting ATTN: IAPC-DOC, 8825 Beulah Street Fort Belvoir VA
- Zip Code: 22060-5246
- Zip Code: 22060-5246
- Record
- SN02601515-W 20111006/111004234400-cd57fd809ac611d079403ab1f058361c (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 |