SOURCES SOUGHT
99 -- PROTECTIVE SERVICE OPERATIONS (PSO) BASIC TRAINING BPA
- Notice Date
- 2/2/2022 2:22:44 PM
- Notice Type
- Sources Sought
- NAICS
- 611519
— Other Technical and Trade Schools
- Contracting Office
- FA7014 AFDW PK ANDREWS AFB MD 20762-6604 USA
- ZIP Code
- 20762-6604
- Solicitation Number
- FA701422A0PSO
- Response Due
- 2/7/2022 9:00:00 AM
- Point of Contact
- J. Brandon La'Pierre, Stephanie Hunter
- E-Mail Address
-
jerome.lapierre.1@us.af.mil, stephanie.hunter.2@us.af.mil
(jerome.lapierre.1@us.af.mil, stephanie.hunter.2@us.af.mil)
- Description
- SOURCES SOUGHT NOTICE PROTECTIVE SERVICE OPERATIONS (PSO) BASIC TRAINING 1. This is a Sources sought for market research purposes ONLY, and is NOT a Request for Proposal (RFP). �A solicitation is not being issued at this time and this notice shall be not be construed as a commitment by the Government to issue a solicitation, nor does it restrict the Government to a particular acquisition approach. 2. This request for information is being published to identify potential sources capable of providing the Head Quarters Air Force Office of Investigation with Protective Service Operations (PSO basic Training. Each course will allot up to fifteen (15) participants and it is antipated that 3 classes per year will be required. This will be done as a BPA to allow flexibility to add classes as needed based on the mission need.� This BPA is estimated to have a start date of 1 April 2022 and last for 5 years. Further information is contained in the attached Statement of Work (SOW).� 3. The North American Industry Classification Systems (NAICS) Code proposed for the requirement is 611519 - Other Technical and Trade Schools. �The size standard for NAICS 611519 is $16.5M. �Comments on this NAICS and suggestions for an alternative NAICS code must include supporting rationale. 4. The government requests interested parties submit a brief statement of capability / description on their company's business size (i.e. annual revenues and employee size), and business status (i.e., 8(a), Historically Underutilized Business Zone, or Service Disabled Veteran Owned Small Businesses, small business). 5. DESCRIPTION OF SERVICES: Please reference attached SOW. 6. Interested parties are requested to submit a statement of capability outlining past work that is related to this requirement as stated above. The statement of capability shall include: a) Company name, mailing address, e-mail address, telephone and FAX numbers, website address (if available), and the name, telephone number, and e-mail address of a point of contact having the authority and knowledge to clarify responses with Government representatives. b) Name, title, telephone number, and e-mail addresses of individuals who can verify the demonstrated capabilities identified in the responses. c) Business size for NAICS 611519 (size standard $16.5M) and status. �If qualified as an 8(a) firm, the company must be certified by SBA, and/or Service-Disabled Veteran-Owned Small Business must be listed in the VetBiz Vendor Information Pages d) DUNS number, CAGE Code, Tax Identification Number, and company structure (Corporation, LLC, partnership, joint venture, etc.). �Companies also must be registered in the Central Contractor Registry (CCR, at www.ccr.gov) to be considered as potential sources. e) The statement of capability shall be UNCLASSIFIED and address that all requirements in the SOW are capable of being provided. 7. Any information provided by industry to the Government as a result of this sources sought synopsis is strictly voluntary. �Responses will not be returned. �No entitlements to payment of direct or indirect costs or charges to the Government will arise as a result of contractor submission of responses, or the Government's use of such information. �The information obtained from industries responses to this notice may be used in the development of an acquisition strategy and a future RFQif applicable). �The company's standard format is acceptable; however, the limit for all responses is not to exceed fifteen (5) single-sided, 12 font size, 8 � x 11-inch pages 8. Contractors capable of providing these services should submit a Statement of Capability containing the above reference information via e-mail to Contract Specialist J. Brandon La�Pierre at jerome.lapierre.1@us.af.mil with a cc to the Government Contracting Officer, Ms. Stephanie A. Hunter at stephanie.hunter.2@us.af.mil. �Each submission shall be virus scanned prior to being sent. �Electronic submission is required. Also, must be able to meet ALL areas of SOW not just some. 9. Responses shall be received not later than 07 Feb 2022, 12:00 PM Eastern Daylight Time. 10. NOTE: �E-mail submissions are subject to size and type restrictions (typically limited to less than 2 megabyte in size and only non-executable attachments such as .doc or .pdf files) as well as any other appropriate network security measures. �It is the respondent's responsibility to verify the e-mail was received and can be viewed. �All responses must address each of the above stated requirements.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/12fc2fd498b849359e46ffbfbc6ee863/view)
- Record
- SN06231853-F 20220204/220202230103 (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 |