SOURCES SOUGHT
99 -- SECURITY ASSISTANCE TRAINING TEAM ORIENTATION COURSE � SOURCES SOUGHT NOTICE
- Notice Date
- 5/13/2020 6:58:07 AM
- Notice Type
- Sources Sought
- NAICS
- 611699
— All Other Miscellaneous Schools and Instruction
- Contracting Office
- W6QK ACC-ORLANDO ORLANDO FL 32826-3224 USA
- ZIP Code
- 32826-3224
- Solicitation Number
- W900KK-20-SATTOC
- Response Due
- 5/22/2020 9:00:00 AM
- Archive Date
- 07/31/2020
- Point of Contact
- John M. Ebanks, Phone: 4072083202, Asha O. Porter, CW3, Phone: 910-907-1555
- E-Mail Address
-
john.m.ebanks.civ@mail.mil, asha.o.porter.mil@mail.mil
(john.m.ebanks.civ@mail.mil, asha.o.porter.mil@mail.mil)
- Description
- 13 MAY 2020 UPDATE:�The draft Performance Work Statement has been updated to clarify that if training will be done within multiple training areas, the contractor will be responsible for getting students to all training areas. The training areas shall not be more than 10 minutes apart. This language has been highlighted in the draft Performance Work Statement.� The system will not allow for the removal of the previous version, therefore, ensure you select the ""13 May 2020"" file. ************************************************************************************************ 12 MAY 2020 UPDATE: The draft Performance Work Statement is now attached and available for comments from industry. Please provide comments NLT 1800 hours, 22 May 2020. ************************************************************************************************ SEEKING INDUSTRY CAPABILITIES TO CONDUCT SECURITY ASSISTANCE TRAINING TEAM ORIENTATION COURSE AND POTENTIAL INDUSTRY SOURCES FOR ANTICIPATED COMPETITIVE PROCUREMENT BRIEF SUMMARY OF THE ACQUISITION The United States Army Security Assistance Training Management Organization (USASATMO) is conducting market research to provide instructional Security Assistance Training Team Orientation Course (SATTOC) training services. The service objective of this requirement is to provide commercial support to USASATMO�s execution of SATTOC by providing instruction, supporting materials, and facilities to conduct training on multiple survival training subject areas. USASATMO invites interested parties to provide responses in accordance with the information that follows. Submissions will be accepted from either prime contractors for the full requirement or vendors who anticipate performing as a subcontractor.�� Information gained from this sources sought will assist USASATMO and The Army Contracting Command-Orlando in developing its acquisition approach.� At the time of solicitation, it is anticipated that award will be made to that offeror who offers the best overall value to the Government.� � BACKGROUND The USASATMO conducts a monthly SATTOC to prepare military, Department of Defense (DOD) and contracted personnel for Security Assistance Team (SAT) missions world-wide.� SATTOC incorporates primary elements of the U.S. State Department�s Foreign Affairs Counter Threat course. The focus of the training is on Anti-Terrorism/Force Protection and Survival, Evasion, Resistance, and Escape tactics, techniques, and procedures. The current global threat situation requires effective pre-mission training to ensure deployed personnel are fully prepared to protect themselves and function in their Outside-The-Continental-United States environment.� Throughout the world, kidnappings and assassinations are increasingly more popular as terrorist preferred method of operation.� To meet the ever-changing challenges of the 21st Century on a global scale, USASATMO addresses the diverse educational, geographic and cultural background requirements through SATTOC. SATTOC gives personnel the ability to live and work in any country in the world, including those with unstable governments or infrastructures, or both, and to integrate safely into a culturally diverse environment. A. Requirements The contractor will be required to provide instruction on multiple subject areas described below.� The contractor will not evaluate students but will only be responsible for provide training. The contractor shall have a facility available during the hours of 0800-1600 hours on Mondays thru Friday. The contractor must at all times maintain an adequate workforce in accordance with (IAW) individual class instructor requirements listed below. The contractor must ensure that students are provided uninterrupted instruction on all tasks. The contractor shall provide the required facilities and support capable of training up to 40 students in a daily 8-hour training period, to support 14 monthly SATTOC courses per year. The contractor�s facilities shall have adequate male and female latrines within 5 minute walking distance of any training area, a potable water source for students, and a break/lunch area with a refrigerator, microwave, and dining tables for no less than ten (10) students. The range must comply with state and local firearm laws and regulations and must meet AR 385-63, Range Safety. Place of Performance:� The contractor�s training facility/facilities within 50 miles from Fort Bragg, NC, located at BLD C C3832 Ardennes St, Fort Bragg, NC 28310.� The contractor shall provide both onsite student transportation on the vendor�s facility (if required) and to-and-from daily transportation of student between USASATMO Fort Bragg and the vendor�s training facility.� Student transportation may consist of motor coaches or vans with a ten (10) passenger van being the minimum acceptable size. The contractor must own the van or have transportation at least 48 hours prior to scheduled class. The contractor will be required to provide instruction on the following subject areas: 1. 9mm Familiarization � 2. React to Contact 3. Tactical Medical Training with MARCH 4. Vehicle Search Training 5. Vehicle Dynamics Training 6. Fire as a Weapon Training 7. Culminating Exercise (CUTEX) 1. 9mm Familiarization Range: The purpose of this subject area is to familiarize students with fundamentals of pistol marksmanship. The contractor shall instruct students in the techniques and skills required to use a firearm that will allow proper use during a local or global threat event. 1.1. 9mm Familiarization Range Learning Objectives: At the completion of training, each student shall be able to successfully demonstrate the following: 1. Assembly and disassembly; 2. Load and unload; 3. Correct a malfunction; 4. Magazine change; and 5. Fire from alternate firing positions. 1.2. 9mm Familiarization Range Training Instructor Requirements: The contractor shall provide a primary instructor and assistant instructor for classroom portion.� For live fire ranges, contractor shall provide one instructor to serve as Range Safety Officer. 1.3. 9mm Familiarization Training Facility Requirements: The contractor shall provide the following facilities to support training: � 1. Outdoor range with overhead cover (indoor range for days of inclement weather); 2. Minimum of twelve marked firing lanes; 3. Established firing lines at 3, 7, 10, 15, and 25 yards; 4. Ability to repair and or replace damaged weapon systems; and 5. The contractor shall provide appropriate facilities for the receiving, securing, and issuing the explosives, ammunition, and weapons required for the conduct of the course. 1.4. 9mm Familiarization Range Equipment, Training Aid and Requirements: The contractor shall provide the following equipment and training aids to support training: 1. Authorized Protective Eyewear List approved eye protection (1 for each student) 2. Ear protection (1 for each student) 3. 9mm ammunition (250 rounds for each student) 4. Target stand (1 for each lane) 5. Staple gun with staples x 4 6. NRA Standard Targets �� a. B-29 Silhouette (2 for each student) �� b. B-16 or B-33 Slow Fire (2 for each student) 7. Army issued M17 9mm Pistol x 15 8. Magazines (19 for each weapon) 9. Over the belt holster (polymer, kydex, or equivalent) right handed (1 for each weapon) 10. Over the belt holster (polymer, kydex, or equivalent) left handed x 4 11. Belt worn dual magazine holder (polymer, kydex, or equivalent) (1 for each weapon) 12. Speed loader x6 13. Sharpies x 15 14. Weapon lubricant 15. Tape measure 16. Emergency trauma bag or Combat Life Saver (CLS) Bags 2. React to Contact Training: The purpose of this subject area is to familiarize students with techniques to move from cover to cover, without assistance, while under simulated indirect and indirect fire. The contractor shall ensure that students can maneuver around obstacles and identify proper concealment techniques while taking fire. 2.1. React to Contact Training Learning Objectives: At the completion of training, each student shall be able to successfully demonstrate the following: 1. Move unassisted over uneven terrain between positions of cover utilizing the kneeling and prone positions; 2. Demonstrate the appropriate method of sheltering in bunkers commonly found at certain high threat � high risk posts; and 3. React to Duck and Cover and Sense and Warn alarms. 2.2. React to Contact Training Instructor Requirements: The contractor shall provide four instructors for this exercise.� One of these instructors will serve the role of an active shooter. � 2.3. React to Contact Training Facility Requirements: The contractor shall provide the following facilities to support training: 1. Break contact lane in which students can move from at least two positions of cover utilizing the kneeling and prone positions; 2. Enclosed meeting room with two or more points of entry/exit. 2.4. React to Contact Equipment, Training Aid and Requirements: The contractor shall provide the following equipment and training aids to support training: 1. Bunkers for students to seek shelter in x 2 2. Firearm with non-lethal effects x 15 3. APEL approved eyepro x 10 3. Tactical Medical Training (Massive hemorrhage, Airway, Respirations, Circulation, and Hypothermia (MARCH)): The purpose of this subject area is to familiarize students with techniques in rendering first aid in the event of an injury to themselves or others. The contractor shall ensure that students possess the skills necessary to react to a casualty-producing event and provide medical assistance until the arrival of First Responders. SATTOC medical training utilizes the MARCH method for casualty assessment. 3.1 Tactical Medical Training Learning Objectives: The goal of this subject area is to give the students the skills to react to a casualty-producing event and provide medical assistance until the arrival of First Responders. At the completion of training, each student shall be able to successfully demonstrate the following: 1. Identify how to execute Tactical Combat Casualty Care. 2. Identify key anatomical landmarks associated with massive hemorrhage as they relate to initial hemorrhage control. 3. Define key concepts in the identification and control of life-threatening hemorrhage. 4. Demonstrate how to apply a commercial and improvised tourniquet on a simulated casualty. 5. Demonstrate re-assessment techniques following successful control of massive hemorrhage. 6. Demonstrate how to use hemostatic agents. 7. Describe the normal anatomic alignment of the upper airway. 8. Identify injuries and conditions that may threaten the airway patency of the trauma casualty. 9. Demonstrate the jaw thrust maneuver used to manually open the airway of a trauma casualty. 10. Describe the indications for the use of a nasopharyngeal airway. 11. Demonstrate proper insertion of a nasopharyngeal airway. 12. Identify two causes of progressive respiratory distress in the trauma casualty. 13. Demonstrate proper management of traumatic respiratory distress. 14. Demonstrate how to manage soft tissue and musculoskeletal injuries. 15. Identify sources of heat loss in the trauma casualty. 16. Describe steps to prevent hypothermia in the care of the trauma casualty. 17. Identify how to document pertinent information and vital signs. 18. Demonstrate how to document pertinent information and vital signs. 3.2. Tactical Medical Training Instructor Requirements: The contractor shall provide a primary instructor and assistant instructor for classroom portion of this training.� 3.3. Tactical Medical Training Facility Requirements:�The contractor shall provide one academic classroom suitable for instructing forty (40) student�s in mass and be equipped for effective instruction with functional student tables, chairs, computer presentation systems, etc. The contractor shall provide a separate training area for small group instruction with an instructor to student ratio of one to six. 3.4. Tactical Medical Equipment, Training Aid and Requirements: The contractor shall provide the following equipment and training aids IAW student ratio requirements. All equipment must be purchased or on-hand at training site five days before approved training date. 1. Training Individual First Aid Kit (one per student) ����1) 1 pair surgical gloves ��� 2) Combat application tourniquet ��� 3) Combat gauze ��� 4) Kerlix ����5) Tactical Combat Casualty Care card ����6) Vented chest seal ��� 7) 10 or 14 gauge needle and� catheter 3 � � length ��� 8) Emergency trauma bandage ����9) 2� medical tape ��� 10) Nasal pharyngeal airway ��� 11) Surgical lubricant 2. North American Rescue (NAR) hemorrhage control training kit similar training aid that facilitates junctional wound packing (one for every six student ratio) 3. Cravats (one for every six student ratio) 4. Trauma shears (one for every six student ratio) 5. Heavy Duty carabiner to be used with improvised tourniquet (one for every six student ratio) 6. Airway Mannequin that facilitates practical exercise of the following (one for every six student ratio):�� � � 1) oropharyngeal and nasopharyngeal airway insertion ����2) manually generated carotid pulse ��� 3) Tension pneumothorax (mid clavicular and mid-axillary 7. Survival thermal blanket (one for every six student ratio) 8. Special Operations Forces Tactical Tourniquet (SOFT-T) (one for every six student ratio) 4. Vehicle Search Training: The purpose of this subject area is to familiarize students with techniques for searching personal vehicles abroad.� The contractor shall instruct students in techniques for searching personal vehicles abroad. Students shall gain familiarization with indicators of vehicle tampering.� The contractor shall incorporate the use of visual/audible aids such as mock explosive devices hidden in/around vehicle. The contractor shall ensure that students possess the skills necessary to incorporate various methods of maintaining and searching personal vehicles while serving in an official government capacity in a foreign country.�� 4.1 Vehicle Search Learning Objectives: The goal of this subject area is to give students the skills to properly conduct a vehicle search while serving in an official government capacity in a foreign country.� At the completion of training, each student shall be able to successfully demonstrate the following: 1. Demonstrate the proper procedures for searching personal vehicles; 2. Identify methods to care for personal vehicle that discourage vehicle tampering;��������� 3. Start inspection from far to near; and 4. Maintain awareness of not only the vehicle, but also the area surrounding it. 4.2. Vehicle Search Instructor Requirements: The contractor shall provide an instructor and an assistant instructor for classroom portion of training. 4.3. Vehicle Search Facility Requirements:� The contractor�s facility shall provide an open area large enough to support multiple vehicles without interface from distractions. 4.4. Vehicle Search Equipment, Training Aid and Requirements: The contractor shall provide the following equipment and training aids to support training: 1. One vehicle for every six students; and 2. Three simulated improvised explosive devices with audible signature to be hidden on each vehicle. 5. Vehicle Dynamics Training:� The purpose of this subject area is to familiarize students with evasive and defensive driving skills and techniques that will prepare the student to escape a local or global threat event. The contractor shall ensure students have motor vehicle control skills and awareness of interactions between the vehicle, driver, and operating environments. Sensitivity to vehicle language (communication from the car to the driver) is stressed. During vehicle dynamics training, students build experience behind the wheel that will help them maintain control over their vehicle, predict outcomes, and take action when necessary to improve those outcomes. These skills are applied to exercises such as �swerve to avoid� that increase students� ability to avoid collisions. 5.1. Vehicle Dynamics Learning Objectives: The contractor shall ensure students are familiar with action and reaction of vehicle dynamics during this subject area and have the ability to demonstrate the following:� 1. Identify the relationship between vehicle dynamics and vehicle language; 2. Demonstrate the correct driving form; 3. Demonstrate using your eyes to steer; 4. Identify the importance of weight and balance; 5. Demonstrate the correct braking techniques; 6. Demonstrate the correct off road recovery techniques.� (Driving from improved road surface to unimproved and back to an improved road surface) with immediate action of rollover; 7. Demonstrate the corrective actions for front skids and rear skids; 8. Demonstrate the importance of tire pressure; 9. Demonstrate the correct technique of braking and turning (swerve to avoid); 10. Demonstrate the correct technique of turning and braking (braking in turns); 11. Demonstrate the proper technique for braking and turning using the antilock�� braking system (ABS); 12. Demonstrate various methods of driving in reverse; 13. Demonstrate the ability to perform a �Y� turn; and 14. Demonstrate the correct technique for driving from the passenger front seat. 5.2. Vehicle Dynamic Instructor Requirements: The contractor shall provide a primary instructor and assistant instructor for classroom portion of this training.� For practical exercises, the contractor shall provide one instructor to serve as a �Control or Safety Officer�.� For attack scenarios, contractor shall provide six instructors to serve as enemy role players.� Each student shall encounter at least three different attack scenarios.� 5.3. Vehicle Dynamics Facility Requirements:� The contractor shall provide an academic classroom suitable for instructing forty (40) student�s in mass and be equipped for effective instruction with functional student tables, chairs, computer presentation systems, etc. The contractor must have a track on site that meets the track dimensions stated below, however they are not restrictive. Training objectives may be reached using other suitable track/driving surfaces. The dimensions below should be surrounded by obstacle free terrain for safety; each event needs to be conducted concurrently; and the track must be located at an obstacle free area large enough to support the below requirements: 1. Threshold Braking - 250ft x 40ft improved road surface; 2. Swerve to Avoid - 200ft x 75ft improved road surface; 3. Braking Inside a Turn - 250ft x 75ft improved road surface; 4. Proper Reversing /Serpentine � 500ft x 40ft improved road surface; 5. Off Road Recovery � 250ft x 40ft improved and unimproved road surface; 6. Conduct �Y� Turn � 250ft x 75ft improved road surface; 7. Down Driver Drill � 500ft x 75ft improved road surface; and 8. Scenario Attack Recognition - Simulated urban environment navigable by vehicle. Students will negotiate attacks utilizing vehicle dynamics principles. 5.4. Vehicle Dynamics Equipment, Training Aid and Requirements: The contractor shall provide the following equipment and training aids to support training: 1. Road Cones x 100 (per class) 2. Six sedan style vehicles to be used for evasive driving training (per class) one vehicle must be manual transmission 3. One weapon for every role player.� Weapon should have audible/non-lethal effects. (per role player) Vehicles must be fully fueled and additional fuel should be on-site. Spare tires and tools to change tires should also be on-site. 6. Fire as a Weapon: The purpose of this subject area is to familiarize students with techniques and skills to egress from various hazardous environments. The contractor shall ensure students can plan, identify, and mitigate infrastructure and environmental hazards in relation to fire and smoke. The contractor shall review fire safety equipment and teach students how to recover from fire. Participants must crawl low to the ground and demonstrate safe egress techniques from a smoke-filled environment, simulating an emergency egress from a typical safe haven. The contractors shall instruct students on proper ways of dealing with a fire emergency. The contractor shall ensure students understand that fire, heat and smoke can escalate rapidly and the danger is compounded if the fire occurs from an attack. The contractor shall ensure students learn about procedures to quickly and safely evacuate. 6.1. Fire as a Weapon Learning Objectives: At the completion of training, each student shall be able to successfully demonstrate the following: 1. Discuss instances during which fire was used as a weapon on U.S. embassies, consulates, and missions; 2. Describe the factors that create the combustion process and the dangers of smoke and heat; 3. Identify the five classifications of fire and their characteristics; 4. Identify how different building materials react to fire and smoke; 5. Identify the origin and location of a post�s Emergency Action Plan (EAP); 6. Identify the proper egress procedures for exiting a smoke-filled environment during a threat action; 7. Recognize the components of the Ocenco M-20.2 Emergency Escape Breathing Device (EEBD); and 8. Identify the proper use of the ANSUL portable fire extinguisher. 6.2. Fire as a Weapon Training Instructor Requirements: The contractor shall provide a primary instructor and an assistant instructor for classroom portion of this training. For practical exercises, the contractor shall provide one instructor. 6.3. Fire as a Weapon Facility Requirements: The contractor shall provide the following facilities to support training: 1. Academic classroom suitable for instructing forty (40) student�s in mass and be equipped for effective instruction with functional student tables, chairs, computer presentation systems, etc. 2. This subject area requires a classroom and a building or series of rooms capable of being flooded with non-toxic smoke and marked with approved emergency egress tape that is used at embassies overseas. 6.4. Fire as a Weapon Equipment, Training Aid and Requirements: The contractor shall provide the following equipment and training aids to support training. 1. Kidde auto fire extinguisher (2lb) Class B/C x 1 2. Kidde fire extinguisher (8.5lb) 3-A, 40-B:C x 1 3. Kidde Fire Extinguisher w/WLHOK; ProPlus 2.5 W H2O Fire Extinguisher, 2.5gal, 20.86lb, 2-A x 1 4. Ansul Red Line 10 lb. Extinguisher (RP-I-10-G-1) x 1 5. Ocenco M-20.2 Emergency Escape Breathing Device � EEBD x 1 6. High energy glow tape; 2 inch wide, 20 feet long 7. Glow-Dark tape, solid arrow x 4 8. Rescue Randy (6 feet tall, 165lbs) 9. Table (6-8 feet long) x 3 10. Chair x 6 11. Kidde fire/smoke alarm x 3 12. Megaphone 13. Fog machines (quantity dependent on ability to obscure vision in provided room/hallway) 14. Strobe light x 2 7. Culminating Exercise: The purpose of the Culminating Exercise is to allow participants to practice personal security awareness while carrying out official functions in a high threat, high risk, and high stress environment. The contractor shall develop a realistic scenario based training that allows students to test their knowledge on all training objectives. Students will execute scenario based training in groups no larger than three.� 7.1 Culminating Exercise Learning Objectives: At the completion of the Culminating Exercise, each student shall be able to successfully demonstrate the following: 1. React to direct fire engagement; 2. Evasive driving techniques; 3. Application of MARCH; 4. Evacuate a casualty; 5. Move to safe haven; 6. Communicate with an operations center; 7.2 Culminating Exercise Instructor Requirements: The contractor shall provide five instructors for this exercise. Four instructors will serve as enemy role players. One instructor will serve as Control Safety Officer. 7.3. Vehicle Dynamics Facility Requirements: The contractor shall provide the following facilities to support the Culminating Exercise: 1. Simulated urban environment navigable by vehicle; 2. Safe haven building to be used for triage and extraction; 3. Break contact lane with various types of cover; 4. Vehicles must be fully fueled and additional fuel should be on-site; and 5. Spare tires and tools to change tires should be on-site. 7.4. Vehicle Search Equipment, Training Aid and Requirements: The contractor shall provide the following equipment and training aids to support the Culminating Exercise: 1. Firearm with non-lethal effects x 4 2. Authorized Protective Eyewear List (APEL) approved eyepro x 10 3. Vehicles that seat minimum of four.� Vehicles can be of various types.� Two vehicles required for students and one vehicle for enemy role players. 4. Full body trauma mannequin or other full body mannequin with moulage kit x 2 5. Individual First Aid Kit (1 per team) 6. Kerlix (1 per team) 7. Combat gauze (1 per team) 8. Survival thermal blanket (1 per team) 9. Litter to package and transport casualties x 10 B. ACQUISITION APPROACH The purpose of this Sources Sought Notice (SSN) is to improve the Government�s understanding of the requirements and industry capabilities in order to establish the best acquisition approach.� Industry feedback is vitally important and the Government will be receptive to any and all ideas received from industry.� SATMO and the Army Contracting Command-Orlando are seeking a contractor who can provide all services stated above. Based on market research results, a competitive request for proposal is anticipated. C. RESPONSES REQUESTED Submissions:� Respondents are asked to submit replies no later than 12:00 PM Eastern Time, on May 22, 2020, by email to john.m.ebanks.mil@mail.mil with a courtesy copy to asha.o.porter.mil@mail.mil, or alternatively by mail to:� U.S. Army Contracting Command, ATTN:� ACC-ORL-OPB/John M. Ebanks, 12211 Science Drive, Orlando FL 32826-3224.� Electronic submissions are strongly encouraged.� Acknowledgements of receipt will not be made. Format:� Do no not exceed 20 pages, including the cover page.� Every page of your response should include your company�s name as well as page number, i.e.� Page # of 20.� In addition, you may include up to five attachments that consist of pre-printed commercial brochures or sales literature.�� Font shall not be smaller than industry standard word processor 12-point Times New Roman.� Electronic submissions shall be in MS Word or Adobe PDF format. Cover Page:� Include on the cover page the company name, address, Commercial and Government Entity (CAGE) code, and point of contact with name, title, phone number, and email address.� Also indicate the SSN title and number. Size of Business:� Provide a statement indicating if your firm is a large or small business.� If small, please indicate any applicable socio-economic status such as Small Disadvantaged Business (SDB), Service-Disabled Veteran-Owned Small Business (SDVOSB), 8(a), HUB Zone, etc. NAICS Codes:� The Government is considering NAICS codes: 611699, All Other Miscellaneous Schools and Instruction.� Feedback from industry on suggestions for possible NAICS codes that best fit this requirement is requested.� D. REQUEST FOR INFORMATION Respondents are�requested to provide the following information: 1.� A technical description of your potential solution or complete capability to meet the requirements stated above.� The description should answer the following:� ��� a. Describe your training solution. ��� b. History of your firm�s experience in providing instruction in the subject areas provided above. ��� c. Discuss your instructor qualifications? ��� d. How effectively has your training solution been used in similar applications? ��� e. How mature is your training solution? ��� f. Do you currently possess the full capacity and capability to perform all of the requirements stated in this Sources Sought Notice? If not, please describe what steps would be required for your firm to meet all of the requirements?���� ��� g. Provide a table listing the major cost drivers. ��� h. Identify any perceived risks and approaches to mitigate the risks. ��� i. Include the percent of the effort that is anticipated to be subcontracted and the percent estimated for small business. ��� j. Briefly describe your ability to train multiple training area with a student to instructor ratio one primary. 2.� A schedule estimate from contract award to operational capability. 3.� A Cost Rough Order of Magnitude (ROM) estimate. 4.� Recommendations where performance can be traded for reduced costs or where performance can be added for little or no cost. 5.� Identify any perceived risks and approaches to mitigate the risks. 6.� Include the percent of the effort that is anticipated to be subcontracted and the percent estimated for small business. E. Proprietary Information� Proprietary data is not being solicited; however, if submitted, it should be appropriately marked.�� All responses will be managed by the Government as ""For Official Use Only"" (FOUO).� Submittals will not be disclosed for purposes other than those relating to this notice, and distribution will be restricted to Government Specialists and Government Support Contractor personnel who have signed non-disclosure agreements. F. PARTICIPATION Failure to provide feedback will not preclude business from bidding on the potential solicitation.� This announcement is part of a process to encourage industry to help shape Government documents and allows for early interaction between industry and the acquisition planners.� G. DISCLAIMER This action does not constitute a solicitation or Request for Proposals (RFPs) and is not a commitment by the U.S. Government to procure the subject products, services or information.� The submission of this information is for PLANNING PURPOSES ONLY and is not to be construed as a commitment by the Government to procure any supplies or services, or for the Government to pay for the information received.� Respondents are solely responsible for all expenses associated with responding to this notice.� In accordance with FAR 15.201(e), responses are not offers and cannot be accepted by the Government to form a binding contract.� NO SOLICITATION DOCUMENT EXISTS AT THIS TIME. H. CONTRACTING OFFICE ADDRESS ACC Orlando, 12211 Science Drive, Orlando FL 32826-3224 Point(s) of Contact: John Ebanks, Contract Specialist, 407-208-3410 USASATMO Point(s) of Contact: Asha O. Porter, CW3, QM, 910-907-1555
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/83d83b20afce4f0ab2fca21882b91e63/view)
- Place of Performance
- Address: Fort Bragg, NC 28310, USA
- Zip Code: 28310
- Country: USA
- Zip Code: 28310
- Record
- SN05656875-F 20200515/200513230200 (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 |