Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 07, 2020 SAM #6673
SOURCES SOUGHT

U -- Sources Sought, Cyber Center Of Excellence

Notice Date
3/5/2020 5:35:12 AM
 
Notice Type
Sources Sought
 
NAICS
611430 — Professional and Management Development Training
 
Contracting Office
W6QM MICC-FDO FT EUSTIS FORT EUSTIS VA 23604-5538 USA
 
ZIP Code
23604-5538
 
Solicitation Number
PANMCC19P0052
 
Response Due
3/16/2020 9:00:00 AM
 
Archive Date
03/31/2020
 
Point of Contact
Anthony Ciccariello, Contract Specialist, Phone: 7575018153, Rhoda C. Harrison-Spence, Phone: 7575018199, Fax: 7575018187
 
E-Mail Address
anthony.ciccariello1.civ@mail.mil, rhoda.c.harrison-spence.civ@mail.mil
(anthony.ciccariello1.civ@mail.mil, rhoda.c.harrison-spence.civ@mail.mil)
 
Description
Sources Sought is being issued in accordance with Federal Acquisition Regulation Part 10, Market Research by the Mission and Installation Contracting Center-Fort Eustis.� It is for information, planning and market research purposes only and shall not be construed as either a solicitation or obligation on the part of United States Government. The purpose of this announcement is to help the United States Government understand the industry best practices and technical solutions capable of providing the full range of requirements described in this announcement. The US Government will use this market research information to assess the market's capability to successfully meet the United States Government requirements. BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE THIS REQUIREMENT MAY BE SET-ASIDE FOR SMALL BUSINESSES.� Multiple awards MAY be made. All Small Business Set-Aside categories will be considered. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. DISCLAIMER �THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A �REQUEST FOR PROPOSAL (RFP)� TO BE SUBMITTED. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. RESPPONSES WILL NOT BE RETURNED TO THE RESPONDER. NOT RESPONDING TO THIS NOTICE DOES NOT PRECLUDE PARTICIPATION IN ANY FUTURE REQUEST FOR QUOTE (RFQ) OR INVITATION FOR BID (IFB) OR RFP, IF ANY ISSUED. IF A SOLICITATION IS RELEASED, IT WILL BE SYNOPSIZED ON THE GOVERNMENT-WIDE POINT OF ENTRY (GPE). IT IS THE RESPONSIBILITY OF POTENTIAL OFFERORS TO MONITOR THE GPE FOR ADDITIONAL INFORMMATION PERTAINING TO THIS REQUIREMENT.� The United States Army, Training and Doctrine Command (TRADOC) Cyber Center of Excellence (CCoE) along with the Missions and Installation Contracting Command (MICC) intends to procure services for non-personnel services that will provide Instructor, Instructor/Writer, Training Developer, Doctrine Developer, and Training Support Services. The Government shall not exercise any supervision or control over the contract service providers performing the services herein.� Such contract service providers shall be accountable solely to the Contractor who, in turn is responsible to the Government. The Cyber Center of Excellence (CCoE) provides education and training support to the United States (U.S.) Army, foreign military, other services, and civilian personnel for military occupational specialties and professional development.� The CCoE consists of the U.S. Army Signal School, and U.S. Army Cyber Schools which includes the Electronic Warfare training.� It also consist of the Cyber Noncommissioned Officers Academy (CNOCA).� Although most of the CCoE is located at Fort Gordon, Georgia, it does have elements located in other locations, such as Fort Huachuca, Arizona; Shepard AFB, Texas, Fort Meade, Maryland, Pensacola, Florida, and Fort Sill, Oklahoma.� The CCoE trains Signal, and Cyber advanced individual training (AIT), functional training, and Professional Military Education (PME).� Mobile Training Teams (MTT) may be required to support the Army�s Sustainable Readiness Model (SRM) and other operational requirements.� MTT training takes place on Active Component, Reserve Component and Department of Defense (DoD) installations/sites within the Continental United States (CONUS) and Outside Continental United States (OCONUS). Training provided by the CCoE can be classroom training and/or hands-on performance oriented training, simulation/virtual training and/or field exercise training or any other TRADOC approved training.� The intended award will result in an indefinite delivery, indefinite quantity (ID/IQ), multiple award task order contract (MATOC) will acquire services for the CCoE in support of its mission.� The objectives are to provide performance-oriented training and training support to the schools for their training mission using the TRADOC approved Programs of Instruction (POI). Training provided by the CCoE can be classroom training and/or hands-on performance oriented training, simulation/virtual training and/or field exercise training or any other TRADOC approved training.� Specific regulations, directives, standard operating procedures (SOP), etc. will be identified at the Task Order (TO)-level. The associated NAICS code is 611430. Size standard for this NAICS code is $11m. Interested persons may identify their interest and capability by responding to the sources sought. All capabilities statements received within the closing date set in this synopsis will receive a capability assessment. Please include the subject of the acquisition, this announcement, and the MICC POC information from the Sources Sought Synopsis. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion. Total page limit for your total response shall not exceed 20 pages. 1.� Provide a statement including current small/large business status and company profile to include number of employees, annual revenue history, office locations, DUNs number, etc. 2. Identify whether your firm is interested in competing for this requirement as a prime contractor or subcontractor. Identify subcontracting, joint ventures or teaming arrangement that will be pursued, if any. If significant subcontracting or teaming is anticipated provide evidence that the prime will be in compliance with FAR 52.219-14 Limitations on Subcontracting and Deviation 2019-O0003. 3. This Sources Sought contains the following attachments: Cyber Center of Excellence Instructional Training Support Services Questionnaire (attachment 1) Draft ITSS IDIQ Performance Work Statement (attachment 2) Please submit your responses as follows: Volume One shall be your company�s capability statement. Shall not exceed 10 pages. Volume Two shall contain your responses to the Cyber Center of Excellence Instructional Training Support Services Questionnaire (attachment 1). This shall not exceed 10 pages. Your response shall not exceed 20 pages. 4. Respondents to this notice also must indicate whether they qualify as a Small, Small Disadvantaged, Women-Owned, HUBZone, or Service Disabled Veteran-Owned Small Business Concern. Businesses of all sizes are encouraged by responding. Each respondent must clearly identify their business size in their capabilities statement. All interested businesses that are capable and responsible sources that would like to respond to this synopsis are encouraged to provide a statement of interest along with supporting substantiation and a capability assessment input to Mr. Anthony Ciccariello, Contract Specialist, via email at Anthony.ciccariello1.civ@mail.mil and Mrs. Rhoda C. Harrison-Spence at rhoda.c.harrison-spence.civ@mail.mil no later than 12:00 pm EDT on 16 March 2020.� All responsible sources may submit a capability statement (no longer than 20 pages) which shall be considered by the agency.� No phone calls will be accepted. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to this Sources Sought.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/136e60cc5ab1422198fe26fb91dacf84/view)
 
Place of Performance
Address: Will be established on the official request for proposal that will be posted on to FBO. , USA
Country: USA
 
Record
SN05581451-F 20200307/200305230151 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.