Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 06, 2018 FBO #6161
SOURCES SOUGHT

R -- Corporate Enterprise Learning Development Program - RFI

Notice Date
10/4/2018
 
Notice Type
Sources Sought
 
NAICS
611430 — Professional and Management Development Training
 
Contracting Office
Millennium Challenge Corporation, MCC, Washington DC, 1099 Fourteenth St NW, Suite 700, Washington, District of Columbia, 20005, United States
 
ZIP Code
20005
 
Solicitation Number
953324-CELD0001
 
Archive Date
11/3/2018
 
Point of Contact
AJ Jaxx, Phone: 2027726850, Maxwell Sarpong, Phone: 2025217212
 
E-Mail Address
jaxxa@mcc.gov, sarpongmb@mcc.gov
(jaxxa@mcc.gov, sarpongmb@mcc.gov)
 
Small Business Set-Aside
N/A
 
Description
Section B PWS Request for Information (RFI) Millennium Challenge Corporation Corporate Enterprise Learning Development Program The Millennium Challenge Corporation (MCC) is issuing a Sources Sought/Request for Information (RFI) to support their Talent and Organization Development division in framing, planning, executing and evaluating an innovative flexible learning program. This is a request for Information (RFI) only. This RFI shall not be construed as a formal solicitation or an obligation on the part of the government to acquire any product or services. This RFI does not guarantee a subsequent solicitation will be issued. Submission of any information in response to this RFI is completely voluntary, and costs associated with any submission shall not be reimbursed by the Government. Your response to this Sources Sought/RFI will assist the MCC in determining the best acquisition solution to ensure robust competition and ultimately the best valued solution for the aforementioned requirement. MCC is a Federal Corporation created under Title VI of the Foreign Operations, Export Financing, and Related Programs Appropriations Act, 2004. The MCC mission is to provide assistance to support economic growth and poverty reduction in carefully selected developing countries that demonstrate a commitment to just and democratic governance, economic freedom, and investments in their citizens. For more information on the MCC please visit www.mcc.gov. NAICS: 611430 - Professional and Management Development Training Size Standard: $7.0 Million The Government is seeking feedback on the following items to assist MCC in structuring the most efficient contract vehicle for both parties: • Contract Type and Vehicle: Please provide feedback regarding the appropriate contract type (e.g. Firm Fixed Price, Time & Materials, Hybrid, etc.) and vehicle (e.g. IDIQ, BPA, etc.) given the scope of the work. • CLIN Structure: How would you structure the Contract Line Items (CLINs), taking into account variance in tasks required? From your experience working with contracts of this scope, please provide your experience on structuring CLINs. Explain which tasks are easy to price on a fixed basis vs. a cost reimbursable basis. • Realistic Pricing: Does the PWS contain sufficient information to provide a realistic cost quotation? What additional information might you need? • Performance Work Statement (PWS) Tasks: Are any of the tasks described in the attached draft PWS unclear? Would it be difficult to satisfy some tasks? If yes, identify the tasks and provide an explanation. • Personnel: Potential labor categories and labor rates. What are your required and preferred personnel qualifications to support the requirement? • Other Questions: What other questions or suggestions do you have on this requirement? INSTRUCTIONS FOR RESPONSES TO THIS REQUEST: If your company is interested in this announcement, please provide a capabilities statement along with your responses to the above questions including the following information: 1) Company Profile - Company Name - Contact Information (email and phone) - Cage Code and DUNS # - NAICS code(s) your company offers - Business size 2) Technical Capability - Description and explanation of your company's capability to meet all identified core requirements in the PWS. 3) Past Performance - Past performance references within the last three years specifically related to the PWS and support provided to agencies with like or similar programs. 4) Core Rough Order Magnitude (ROM) Estimate - Estimate the annual costs for the requirement. Should include licensing and support to deliver all core requirements. The maximum number of pages is limited to 5 pages. Responses shall be submitted no later than 2:00PM on October 19, 2018. Email all responses to the contract specialist and the contracting officer. Attachments included with this notice: 1. Draft Performance Work Statement (PWS) 2. Section B - CLINS
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/MCC/MCCMCC/MCCMCC01/953324-CELD0001/listing.html)
 
Place of Performance
Address: 1099 14th Street NW, Washington, District of Columbia, 20005, United States
Zip Code: 20005
 
Record
SN05116102-W 20181006/181004230942-78f689b10ff9860f95410fde1204d755 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.