Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 21, 2022 SAM #7447
SOURCES SOUGHT

U -- Training Management Services - Critical Care Flight Paramedic/Nationally Registered Paramedic

Notice Date
4/19/2022 12:00:20 PM
 
Notice Type
Sources Sought
 
NAICS
611430 — Professional and Management Development Training
 
Contracting Office
W39L USA NG READINESS CENTER ARLINGTON VA 22204-1382 USA
 
ZIP Code
22204-1382
 
Solicitation Number
W9133L22RCCFP-NPR-TMS
 
Response Due
5/4/2022 12:00:00 PM
 
Point of Contact
David G. Gruenbaum, Trisha Ankney
 
E-Mail Address
david.g.gruenbaum.civ@army.mil, patricia.e.ankney.civ@army.mil
(david.g.gruenbaum.civ@army.mil, patricia.e.ankney.civ@army.mil)
 
Description
NGB-AQ-C is seeking interested vendors to provide Army National Guard (ARNG) Training Management Services - Critical Care Flight Paramedic (CCFP) / Nationally Registered Paramedic (NPR) Training Services. The Government envisions one contractor to facilitate training to Soldiers across the 54 to meet training requirements ad described in the attached performance work statement: see attached Draft CCFP NPR PWS (V9) (11Apr22). Respond to Procurement Contracting Officer Ms. Trisha E. Ankney at patricia.e.ankney.civ@army.mil and Mr. David G. Gruenbaum at david.g.gruenbaum.civ@army.mil. The anticipated North American Industry Classification System (NAICS) Code for this requirement is 611430: Professional and Management Development Training Small Business Administration Size Standard: $12 Million The anticipated Product Service Code (PSC) for this requirement is U008: Education / Training � Training / Curriculum Development Interested vendors shall submit the following: 1. Cover Letter with the following information: a. Company Name b. Company Mailing Address c. Company Primary and Secondary Government Point of Contact (POC) d. POCs' email and phone number e. Company Commercial and Government Entity (CAGE) Code f. Company Data Universal Numbering System (DUNS) Number g. Company Unique Entity Identifier (UEI) h. Business Size Standard and Classification as validated via the System for Award Management (SAM) database (https://sam.gov) 2. Response (White Papers) with the following information: a. Description of company capabilities and nature of the goods/services provided. Include a description of your staff composition and management structure. b. Description of company's past experience on previous projects similar in scope and complexity of this requirement, as described in the attached PWS. More specifically, does your organization have a history of providing these services? Include contract numbers, a brief description of the work performed, period of performance, agency/organization supported, and individual point of contact for customer (Contracting Officer or Program Manager). c. Describe capabilities and experience fulfilling the requirements as identified in the PWS. d. Describe you capabilities and experience in managing this type of project, including subcontractor involvement. Include any experience in project planning, work breakdown structures, resource allocations, schedule tracking, risk analysis, and cost management. e. Describe your capabilities and experience in providing these services to military customers, particularly at the joint staff levels. 3. Provide any questions / requests for clarifications / feedback on the PWS. 4. If you feel there is a more appropriate NAICS and / PSC for this requirement, please submit the suggested codes and reasoning / explanation for the suggested codes. Responses shall be in writing only, submitted electronically via email using PDF, HTML, MSWord, or PowerPoint formats. Responses shall not exceed 10 pages, excluding Cover Letter, 8-1/2"" x 11"" (normal margins), no smaller than 10 pt font.� Email file limit size is restricted to 15MB. Files exceeding this threshold shall be submitted over multiple messages, and be identified as ""message #x of #x."" Telephone inquiries will not be accepted or acknowledge, and no feedback or evaluation will be provided to companies regarding their submissions. Interested sources should submit the information as identified above to Mr. David Gruenbaum, Contract Specialist, at david.g.gruenbaum.civ@army.mil, and Ms. Trisha Ankney, Contracting Officer, at patricia.e.ankney.civ@army.mil, by 1500 EST, 04 May 2022. Note this RFI is issued solely for information and planning purposes only it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. This RFI does not commit the Government to contract for any supply or service whatsoever. Further, NGB is not seeking proposals at this time, and will not accept unsolicited proposals. Responders are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this RFI; all costs associated with responding to this RFI will be solely at the interested party's expense. Not responding to this RFI does NOT preclude participation in any future RFPs, if issued. If a solicitation is released, it will be synopsized in accordance with federal regulations. Potential responders are solely responsible for monitoring this site for additional information / updates pertaining to this requirement.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/676a266985524012a6f59f14d6cf4877/view)
 
Record
SN06302303-F 20220421/220419230109 (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.