Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 18, 2022 SAM #7385
SOURCES SOUGHT

99 -- ACM Training Services

Notice Date
2/16/2022 12:54:47 PM
 
Notice Type
Sources Sought
 
Contracting Office
693KA9 CONTRACTING FOR SERVICES WASHINGTON DC 20591 USA
 
ZIP Code
20591
 
Solicitation Number
ACMTRNG-01
 
Response Due
3/16/2022 11:00:00 AM
 
Point of Contact
Toloria Crawford, Francisco Felix
 
E-Mail Address
toloria.j.crawford@faa.gov, francisco.felix@faa.gov
(toloria.j.crawford@faa.gov, francisco.felix@faa.gov)
 
Description
1. �Introduction/Purpose This FAA Acquisition Career Management Division (AAP-300) has a requirement for continued professional services to deliver training solutions for its target workforce. �AAP-300 provides training, certification, and professional development for the following acquisition workforce professionals. Contracting Officer/Specialist (CO/CS)�� �Contracting Officer�s Representative (COR) Integrated Logistics Specialist (ILS)�� ��� �Program/Project Management (P/PM)� Real Estate Contracting Officer (RECO)�� �Systems Engineer (SE) Test & Evaluation Professional (T&E) The vendor will assist AAP-300 in their mission of delivering classroom instructor-led training (CILT) and virtual instructor-led training (VILT). �The acquisition workforce to be trained under this contract is diverse and may include managers and non-management personnel from entry-level employees to senior-level executives. �The vendor must be capable of providing all the necessary qualified personnel, facilities, materials, and services as needed to successfully delivery this training. �The vendor must demonstrate their ability and proficiency at applying accepted industry standards and appropriate training tools and technology that employ proven adult learning principles. �The vendor must have pre-existing commercial off-the-shelf (COTS) courseware, qualified instructors, and technical support personnel available to support course delivery at the time of contract execution. To better support the target audience, AAP-300 will identify needs for its asynchronous and synchronous learning, including new training development, updating of existing FAA-owned courses, and customization of a COTS course. �This work includes integrating administration-specific case studies, scenarios, class exercises, the FAA�s Acquisition Management System (AMS) policy/guidance and other federal government laws, regulations, or policies. �Completed course work is expected to meet Section 508 compliance guidelines and FAA design standards. The vendor must provide all necessary qualified personnel, resources, and services to accomplish the tasks and deliverables required to successfully complete all assigned work. �The vendor must demonstrate their history of successful and timely completion of course development, customization, and modification/updating of training projects for adult learners.� 2. �Incumbent Contractors Incumbent Contractor�� �Management Concepts Inc. Contractor�s City, State�� �Vienna, VA Incumbent Contractor�� �JLAN Solutions LLC Contractor�s City, State�� �Washington DC 3. �Nature of Competition The acquisition strategy for this procurement has not been determined at this time; however, either an unrestricted competition or a set-aside will be chosen depending on the responses to the market survey. 4. �Standard Language The responses to this Market Survey will be used for informational and planning purposes only and will not be released. (a)�� �This is a Market Survey. This is not a Screening Information Request (SIR) or Request for Proposals (RFP) of any kind; (b)�� �The FAA is not seeking or accepting unsolicited proposals; (c)�� �All vendors responding to this announcement are responsible for ensuring that documents submitted contain the appropriate proprietary marking; (d)�� �The FAA has the option of conducting one-on-one communications as deemed appropriate without the obligation to hold communications with all respondents; (e)�� �Providing a response to this Market Survey neither qualifies respondents for, nor excludes respondents from, responding to the resulting SIR, if any; (f)�� �Respondent participation in any informational session is not a promise of future business with the FAA; (g)�� �The FAA will not pay for any information received or costs incurred �in preparing the response to the market survey; and (h)�� �Any costs associated with the market survey submittal is solely at the interested vendor�s expense. 5. North American Industry Classification System (NAICS) Code The North American Industry Classification System (NAICS) Code for this requirement is 611430, Professional and Management Development Training. 6. �Submittal Requirements for Market Survey Interested parties should submit the following items in response to this Market Survey/RFI: (Request for Information)� (a)�� �A 1-page letter of transmittal, which includes the Company�s: o�� �name, and point of contact information (name, position, telephone number, and company�s URL) o�� �business size, type, and any socio-economic status� o�� �Recommended NAICS code(s) for this requirement. (b)�� �Delivery of Courses. �A 4-page Capabilities Statement (using 12 point Times New Roman font, 11� x 8�� pages, and 1-inch page margins). �The Capabilities Statement should include the following information: ��� �Describe your capability and direct corporate knowledge and experience managing an adult-centered training program. ��� �Describe past experiences providing instructors, subject matter experts (SME), and technical support personnel while delivering classroom instructor-led training (CILT) and virtual instructor-led training (VILT). ��� �Describe your depth of instructor and SME availability to effectively facilitate the delivery of multiple offerings of CILT and VILT courses. ��� �Identify the courses listed in Attachment A, Curriculum Sets and Course Descriptions, that you currently offer as commercial of the shelf (COTS) in a classroom environment. ��� �Identify which courses listed in Attachment A, Curriculum Sets and Course Descriptions, you currently offer as COTS in a virtual environment. �To be considered valid and current for virtual delivery, the course must be fully remediated to comply with Section 508 of the Rehabilitation Act and Section 255 of the Telecommunications Act. ��� �Identify any recommended changes to the Performance Work Statement (attached), ��� �Identify an on-site training facility in the Washington DC Metropolitan area, which must include the following requirements: o�� �Accessible by, and within a �3-block walking distance of, a metro station; o�� �Accessible and able to accommodate special needs. The training facilities must comply with Sections 504 and 508 of the American Disabilities Act of 1990 and other federal guidelines; o�� �Have public parking within a 3-block walking distance of the facility for students and Subject Matter Experts; o�� �Have as many as five rooms for course deliveries at a given time, each of which must accommodate the maximum number of students for a given course (30 students);� o�� �Have an environment that facilitates learning and interaction;� o�� �Has on-site technical support;� o�� �Provides computers, projectors, screens, and flip charts, TV/VCR/DVD, wireless internet access, and any special requirements, such as VTC, for required courses;� o�� �Has working heat, air conditioning, and elevators if training site is a multi-storied building; and� o�� �Location must have at least one lunch venue within a 3 block radius.� ��� �Describe past experience developing new courses, as well as customizing and updating existing courses for a specific customer or target audience. ��� �Identify your intent to rely on subcontracting, teaming, or mentor-prot�g� arrangements to provide the specific experience, capabilities, and knowledge that your firm may use in support of these requirements. (c)�� �Development of Courses. �A 4-page Capabilities Statement (using 12 point Times New Roman font, 11� x 8�� pages, and 1-inch page margins). �The Capabilities Statement should include the following information: ��� �Describe your capability and past experience developing new asynchronous courses.� ��� �Describe your capability and past experience developing new synchronous courses. ��� �Describe your capability and past experience customizing and updating asynchronous and synchronous courses. ��� �Identify your intent to rely on subcontracting or teaming to provide the specific experience, capabilities, and knowledge that your firm may use in support of these requirements. ��� �Describe your quality assurance process for editing courses based on client feedback. ��� �Describe your assessment process to ensure developed, customized and updated asynchronous and synchronous courses are Section 508 compliant. ��� �Describe your depth of staff to effectively facilitate the development, customization or updating of multiple and simultaneous asynchronous and synchronous projects. 7. �Delivery of Submittals All responses to this market survey must be submitted by 2:00pm (Eastern Time) on March 16, 2022. �Submissions received after this time and date will be considered late and will not be reviewed. All submittals, including attachments, should be submitted in electronic format (email) to: toloria.j.crawford@faa.gov �copy to Francisco.felix@faa.gov. Please include the Market Survey title in the subject line of the e-mail submission. �No telephone calls will be accepted. �There is no question and answer period for this Market Survey. Vendors may use the spreadsheet at Attachment B, Course Listing by Delivery Type, to identify their curriculum offerings. � 8. �Attachments A. Curriculum Sets and Course Descriptions B. Course Listing by Delivery Type C. Performance Work Statement �
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/75e6df26b8d244b6a0eeb6e7b8874824/view)
 
Record
SN06245152-F 20220218/220216230117 (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.