Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 24, 2020 SAM #6721
SOURCES SOUGHT

U -- FEMA CDP Training Delviery Services

Notice Date
4/22/2020 6:05:00 AM
 
Notice Type
Sources Sought
 
NAICS
611430 — Professional and Management Development Training
 
Contracting Office
PREPAREDNESS SECTION(PRE20) WASHINGTON DC 20472 USA
 
ZIP Code
20472
 
Solicitation Number
70FA2020JS00000002
 
Response Due
5/21/2020 1:00:00 PM
 
Archive Date
06/05/2020
 
Point of Contact
James D. Suerdieck, Phone: 3014477244, Gary Patrick Topper, Phone: 3014477280
 
E-Mail Address
james.suerdieck@fema.dhs.gov, gary.topper@fema.dhs.gov
(james.suerdieck@fema.dhs.gov, gary.topper@fema.dhs.gov)
 
Description
REQUEST FOR INFORMATION � CDP Training Delivery Services The Federal Emergency Management Agency (FEMA), on behalf of the Center for Domestic Preparedness (CDP), has developed this Request for Information (RFI) to solicit market research information from industry. THIS IS A REQUEST FOR INFORMATION ONLY. It is not a Request for Proposal, a Request for Quotation, an Invitation for Bids, a Solicitation, or an indication the CDP will contract for the items contained in the RFI.� This RFI is part of a Government market research effort to determine the scope of industry capabilities and interest and will be treated as information only. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responses to this RFI are strictly voluntary and the Government will not pay respondents for information provided in response to this RFI. Responses to this RFI will not be returned and respondents will not be notified of the result of the review. If a Solicitation is issued, it will be announced on the Federal Business Opportunities, website www.fbo.gov, at a later date, and all interested parties must respond to that Solicitation announcement separately from any response to this announcement. This RFI does not restrict the Government's acquisition approach on a future Solicitation. NO PROPOSALS ARE BEING REQUESTED OR ACCEPTED IN RESPONSE TO THIS SYNOPSIS AND NO CONTRACT SHALL BE AWARDED AS A RESULT OF THIS RFI. No reimbursement will be made for any costs associated with providing information in response to this RFI or any follow up information requests. The NAICS code is 611430 - Professional and Management Development Training. The Small Business Size Standard for this NAICS is $12.0 million. The purpose of this RFI is to receive industry comments on the draft Performance Work Statement (PWS) including (but not limited to) technical questions and comments, contract pricing considerations, contract type, and potential award fee incentives for the competitively contracted services for CDP Training Delivery Services, in Anniston, Alabama. The CDP is a national training facility located in Anniston, Alabama that prepares state and local emergency response personnel to respond to all hazards, including terrorist attacks using weapons of mass destruction, by providing advanced, hands on training. This national training program was developed for state, local, tribal, Federal, private sector and international responders from Fire Service, Law Enforcement, Emergency Medical Services, Emergency Management, HazMat, Public Health, Healthcare, Public Communications, Public Works and Government Administrative and other emergency response personnel, their trainers and supervisors.� Training courses provided by the CDP provide specific knowledge and expertise for deterrence, prevention and response to Chemical, Biological, Radiological, Nuclear and Explosive (CBRNE) incidents; mass casualty incidents; and incidents involving hazardous materials by providing advanced, hands-on and classroom-based state of the art training. Training Delivery Services as described in the attached draft PWS includes but is not limited to: activities such as training course management, delivery (instruction), course material subject matter expertise, role players and simulation technicians, exercise management, training safety operational management, equipment management, and logistical support. This support is needed for both residential and nonresidential provided instructor based training. The contractor is required to provide training delivery and support functions in a chemical agent (GB and VX) and biological agent (ricin toxin and Bacillus anthracis delta Sterne) environment. The Government desires that respondents offer their experience and recommendations on the following questions and issues related to the CDP requirements. The Government recommends that you first review the draft Performance Work Statement (PWS) so that you may have a better insight on the questions below. (1) Is the Performance Work Statement (PWS) clear, concise, and/or sufficient enough to develop and submit the required information in response to a Request For Proposal (RFP)? (2) What is the business size standard of your company (small business, SDB, SDVOSB, HUBZone, 8(a), Large, etc.)? If 8(a) eligible, please provide current status regarding your scheduled graduation date from the 8(a) program under this NAICS code. (3) Is 30 days a sufficient amount of time for a contractor to prepare a proposal given the scenario of a full trade-off best value source selection requiring a technical and price proposal and past performance references? If 30 days is not sufficient, please provide a reasonable timeframe to prepare a proposal. (4) Respondents to this RFI should describe their interest and ability to perform the requirements summarized within this notice. (5) Discuss any concerns, comments or recommendations you may have with the attached draft Performance Work Statement. No inquiries will be answered at this time and respondents shall not be notified of the results of the market research. Again, this document is merely for market research and planning purposes only and does not constitute a commitment, implied, or otherwise, that a procurement action will be issued nor will the Government pay or reimburse for information solicited or produced and may not be construed as a commitment by the Government to enter into a contract. In the event a solicitation is developed, it will be assigned a formal RFP number and the announcement will be published on www.fbo.gov. Vendor comments may be incorporated and used to develop the final PWS as well as the solicitation. Responders to this RFI will not automatically be notified of any potential solicitation; therefore interested parties should be vigilant in looking for and must respond to the official solicitation announcement when it is posted on beta.sam.gov. Submissions must be submitted electronically as a Microsoft Word or an Adobe Portable Document Format (PDF); no other document format or type will be accepted. It is important to note that there is a system wide size limitation on e-mail attachments of 5MB per e-mail message. It is highly recommended that respondents check the total size of the response before sending and if necessary submit responses on sequential e-mails. All responses to the RFI shall be submitted by email to James Suerdieck, Contract Specialist, DHS/FEMA, Emmitsburg, MD. E-mail address: james.suerdieck@fema.dhs.gov no later than May 21, 2020, 4:00 pm Eastern Standard Time. No phone calls accepted. REQUEST FOR INFORMATION � CDP Training Delivery Services The Federal Emergency Management Agency (FEMA), on behalf of the Center for Domestic Preparedness (CDP), has developed this Request for Information (RFI) to solicit market research information from industry. THIS IS A REQUEST FOR INFORMATION ONLY. It is not a Request for Proposal, a Request for Quotation, an Invitation for Bids, a Solicitation, or an indication the CDP will contract for the items contained in the RFI.� This RFI is part of a Government market research effort to determine the scope of industry capabilities and interest and will be treated as information only. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responses to this RFI are strictly voluntary and the Government will not pay respondents for information provided in response to this RFI. Responses to this RFI will not be returned and respondents will not be notified of the result of the review. If a Solicitation is issued, it will be announced on the Federal Business Opportunities, website www.fbo.gov, at a later date, and all interested parties must respond to that Solicitation announcement separately from any response to this announcement. This RFI does not restrict the Government's acquisition approach on a future Solicitation. NO PROPOSALS ARE BEING REQUESTED OR ACCEPTED IN RESPONSE TO THIS SYNOPSIS AND NO CONTRACT SHALL BE AWARDED AS A RESULT OF THIS RFI. No reimbursement will be made for any costs associated with providing information in response to this RFI or any follow up information requests. The NAICS code is 611430 - Professional and Management Development Training. The Small Business Size Standard for this NAICS is $12.0 million. The purpose of this RFI is to receive industry comments on the draft Performance Work Statement (PWS) including (but not limited to) technical questions and comments, contract pricing considerations, contract type, and potential award fee incentives for the competitively contracted services for CDP Training Delivery Services, in Anniston, Alabama. The CDP is a national training facility located in Anniston, Alabama that prepares state and local emergency response personnel to respond to all hazards, including terrorist attacks using weapons of mass destruction, by providing advanced, hands on training. This national training program was developed for state, local, tribal, Federal, private sector and international responders from Fire Service, Law Enforcement, Emergency Medical Services, Emergency Management, HazMat, Public Health, Healthcare, Public Communications, Public Works and Government Administrative and other emergency response personnel, their trainers and supervisors.� Training courses provided by the CDP provide specific knowledge and expertise for deterrence, prevention and response to Chemical, Biological, Radiological, Nuclear and Explosive (CBRNE) incidents; mass casualty incidents; and incidents involving hazardous materials by providing advanced, hands-on and classroom-based state of the art training. Training Delivery Services as described in the attached draft PWS includes but is not limited to: activities such as training course management, delivery (instruction), course material subject matter expertise, role players and simulation technicians, exercise management, training safety operational management, equipment management, and logistical support. This support is needed for both residential and nonresidential provided instructor based training. The contractor is required to provide training delivery and support functions in a chemical agent (GB and VX) and biological agent (ricin toxin and Bacillus anthracis delta Sterne) environment. The Government desires that respondents offer their experience and recommendations on the following questions and issues related to the CDP requirements. The Government recommends that you first review the draft Performance Work Statement (PWS) so that you may have a better insight on the questions below. (1) Is the Performance Work Statement (PWS) clear, concise, and/or sufficient enough to develop and submit the required information in response to a Request For Proposal (RFP)? (2) What is the business size standard of your company (small business, SDB, SDVOSB, HUBZone, 8(a), Large, etc.)? If 8(a) eligible, please provide current status regarding your scheduled graduation date from the 8(a) program under this NAICS code. (3) Is 30 days a sufficient amount of time for a contractor to prepare a proposal given the scenario of a full trade-off best value source selection requiring a technical and price proposal and past performance references? If 30 days is not sufficient, please provide a reasonable timeframe to prepare a proposal. (4) Respondents to this RFI should describe their interest and ability to perform the requirements summarized within this notice. (5) Discuss any concerns, comments or recommendations you may have with the attached draft Performance Work Statement. No inquiries will be answered at this time and respondents shall not be notified of the results of the market research. Again, this document is merely for market research and planning purposes only and does not constitute a commitment, implied, or otherwise, that a procurement action will be issued nor will the Government pay or reimburse for information solicited or produced and may not be construed as a commitment by the Government to enter into a contract. In the event a solicitation is developed, it will be assigned a formal RFP number and the announcement will be published on www.fbo.gov. Vendor comments may be incorporated and used to develop the final PWS as well as the solicitation. Responders to this RFI will not automatically be notified of any potential solicitation; therefore interested parties should be vigilant in looking for and must respond to the official solicitation announcement when it is posted on www.fbo.gov. Submissions must be submitted electronically as a Microsoft Word or an Adobe Portable Document Format (PDF); no other document format or type will be accepted. It is important to note that there is a system wide size limitation on e-mail attachments of 5MB per e-mail message. It is highly recommended that respondents check the total size of the response before sending and if necessary submit responses on sequential e-mails. All responses to the RFI shall be submitted by email to James Suerdieck, Contract Specialist, DHS/FEMA, Emmitsburg, MD. E-mail address: james.suerdieck@fema.dhs.gov no later than May 21, 2020, 4:00 pm Eastern Standard Time. No phone calls accepted.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/f577ab16666f45569406d74e6f8d06f5/view)
 
Place of Performance
Address: Anniston, AL 36205, USA
Zip Code: 36205
Country: USA
 
Record
SN05632673-F 20200424/200422230138 (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.