SOURCES SOUGHT
U -- NTC Training - DTMC75-12-I-00001
- Notice Date
- 11/23/2011
- Notice Type
- Sources Sought
- NAICS
- 611430
— Professional and Management Development Training
- Contracting Office
- Federal Motor Carrier Safety Administration (FMCSA) - Headquarters FMCSA
- ZIP Code
- 00000
- Solicitation Number
- DTMC75-12-I-00001
- Archive Date
- 3/30/2012
- Point of Contact
- Kia Green, Phone: 2024930177, Diane Bethea, Phone: 2023852303
- E-Mail Address
-
kia.green@dot.gov, diane.bethea@dot.gov
(kia.green@dot.gov, diane.bethea@dot.gov)
- Small Business Set-Aside
- N/A
- Description
- This attachments provide a brief description of each of the tentative training coureses outline in this SOURCE SOUGHT NOTICE. This is a SOURCES SOUGHT SYNOPSIS. This is a Sources Sought Synopsis announcement; market survey for information only, to be used for preliminary planning purposes. No proposals are being requested or accepted with this synopsis. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS SYNOPSIS. The purpose of this synopsis is to gain knowledge of interest, capabilities, and qualifications of various vendors ability to compete. The Government must ensure there is adequate competition among the potential pool of available contractors. The Department of Transportation, Federal Motor Carrier Safety Administration (FMCSA), National Training Center (NTC), anticipates soliciting for training services to enhance employee's professional development, knowledge and skills in their careers. The vendor will implement professional development training that complies with the required professional training for the National Training Center (NTC). The professional development training courses required, but not limited to; will consist of Pre-Retirement, Time Management, Team Building, Leading Teams and Group, Project Management, Writing for Results, Introduction to Supervision, Leadership Skills for Non- Supervisors, Decision Making and Problem Solving, Federal Travel Regulations, Leading and Managing Change, Effective Communication, Contracting Office Technical Representative (COTR), Diversity, HR for Supervisors, Federal Appropriations Law. The total number of students will range from a minimum of 15 to a maximum of 30 students per class session Federal Motor Carrier Safety Administration, Office Of Acquisition, Washington Office intends to solicit this sources sought notification on a full and open basis whereby small and large business are encourage to provide a capability response to one or more of the training courses that they have the capability to provide professional develop training services for the (FMCSA) National Training Center. Offerors response to this notice shall be limited to 5 pages and shall include the following information: 1).Offeror's name, address, point of contact, phone number, and e-mail address. 2). Offeror's interest in bidding on the solicitation when it is issued. 3). Offeor's capability to perform services of this magnitude and complexity (include offeror's capability, comparable work performed within the past 5 years, brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the project) provide at least 3 examples. 4). Offeror's shall include the type of business and business size. (Whether large business, small business, HUB Zone, Service Disable Veteran Owned Business, 8(a). 5). Please identify if you are a GSA Schedule holder, please provide your GSA Schedule and Contract number All technical evaluation factors and sub factors have not been assigned at this time. Past Performance of comparable work performed within the past 5 years, brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the project) provide at least 3 examples shall be included in response. The anticipated award will be one or more firm fixed priced Blanket Purchase Agreements to support the training categories. The performance period will consist of a base and four option periods. Once all interested parties have responded to the sources sought notice and provided capabilities statement that conform to the government intended requirements outlined in this notice, the government will make the final determination of its acquisition strategy and approach in the solicitation. The applicable North American Industry Classification System [NAICS] code is 611430. Additional information for this requirement will be listed in the solicitation. Offerors shall adhere to page limitation stipulated. Pages in excess of the stated limitations will not be forwarded for review. Cover Pages, indexes and table of contents will not count against the page limitation. Resumes are also not included in the total page count but shall not exceed 2 pages per individual. Pages shall be 8.5 by 11 inches with a Time New Roman font size of 12. Double sided pages will count as 2 pages. Submission shall be in Microsoft Office Word 2003 or Microsoft Office Word 2007 Telephone requests will not be accepted. All changes to the sources sought notice, solicitation and any attachments will be posted to this website at: www.FedBizOpps.gov. NOTIFICATIONS WILL NOT BE SENT TO OFFEROR REGARDING THE ISSUANCE OF THE SOLICITATION NOR ANY OF ITS AMENDMENTS. IT IS THE OFFERORS RESPONSIBILITY TO CHECK THIS WEB SITE PERDIOCIALLY FOR UPDATES. The Request for Proposals (RFP) solicitation should be posted to this website on or about December 30, 2011. Interested parties should subscribe to receive procurement announcements related to this solicitation by entering the FedBizOpps website at http://www.fedbizopps.gov and clicking on Vendor Notification Service Area to register. All offerors must be registered at the Central Contractor Registration (CCR) website at www.ccr.gov, the On-Line Representations and Certifications (ORCA) website at www.bpn.gov, and have a tax identification number and a Data Universal Numbering System (DUNS) number. DUNS information and/or application can be accessed at http://smallbusiness.dnb.com. Once the solicitation is posted it is incumbent upon the interested parties to review this website frequently for any updates or amendments to any documents. The government does not guarantee an award in response to this notice. The government is not reliable for any cost associated with vendor's responses to this notice. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. All questions related to the notice shall be emailed no later than 11/29/2011 to Contract Specialist, Kia Green @ kia.green@dot.gov or Contracting Officer, Diane Bethea @ diane.bethea@dot.gov. All responses shall be submitted by 12/7/2011, 2:00 PM EST to Contract Specialist, Kia Green @ kia.green@dot.gov or Contracting Officer, Diane Bethea @ diane.bethea@dot.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/DTMC75/75/DTMC75-12-I-00001/listing.html)
- Place of Performance
- Address: National Training Center, 1310 North Courthouse Road, Suite 600, Arlington, Virginia, 22209, United States
- Zip Code: 22209
- Zip Code: 22209
- Record
- SN02628934-W 20111125/111123234725-34fd34e3384b93317b2abf88fd28da38 (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 |