MODIFICATION
U -- Chaplaincy Gap Analysis
- Notice Date
- 9/12/2022 1:11:32 PM
- Notice Type
- Sources Sought
- NAICS
- 611710
— Educational Support Services
- Contracting Office
- W6QM MICC-FT JACKSON COLUMBIA SC 29207-5490 USA
- ZIP Code
- 29207-5490
- Solicitation Number
- W9124C23R0CGA
- Response Due
- 9/23/2022 1:00:00 PM
- Point of Contact
- Cheryl Todd, Scott R. Bertacini
- E-Mail Address
-
cheryl.m.todd.civ@army.mil, scott.r.bertacini.civ@army.mil
(cheryl.m.todd.civ@army.mil, scott.r.bertacini.civ@army.mil)
- Description
- THIS IS A SOURCES SOUGHT NOTICE ONLY.���The Mission and Installation Contracting Command (MICC) Fort Jackson has a new requirement to procure support services for the Army Chaplaincy Corps� Professional Development Objectives, Chaplaincy Integration Lab�(CIL) for the US Army Religious Leadershp Graduate School on Fort Jackson, SC. Services include providing assistance with research and a gap analysis to provide the Army three services/products that will further the Army�s existing professionalization objectives. These products will also be adaptable to future evolutions in professionalization objectives and include the following:��1) A succinct (25-30 pages) report comparing and contrasting the learning objectives of chaplaincy programs at theological schools with the Army�s level of professionalism;�2)�Partnering with the Army Chaplaincy Corps to host two invited webinars:� one for the faculty and deans of theological schools and a second for students in training for chaplaincy; and�3)�a series of educational modules, including courses for theological schools and for the continuing education of existing Army chaplains. The purpose of this sources sought notice is to obtain information on market capability and interest.� The MICC-FJ is seeking information on qualified and experienced contractors who would be interested in providing proposals on a new requirement for a firm-fixed price contract which will provide support to further the Army Chaplaincy Corps with the�services/products that will further the Army�s existing professionalization objectives. Accordingly, the MICC-FJ highly encourages all interested businesses to respond to ths sources sought notice. This notice is issued solely for information and planning purposes � it does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future.� This notice does not commit the U.S. Government to contract for any supply or service. �Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this sources sought notice. �The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder.� Not responding to this notice does not preclude participation in any future RFQ or IFB or RFP, if any is issued. �If a solicitation is released, it will be synopsized on the Governmentwide Point of Entry. �It is the responsibility of potential offerors to monitor the Governmentwide Point of Entry for additional information pertaining to this requirement.� The anticipated NAICS code is: 611710,�Educational Support Services, with a size standard of $21M. Interested sources should submit responses by email to cheryl.m.todd.civ@army.mil and scott.r.bertacini.civ@army.mil, and shall include REF: Chaplaincy Gap Analysis in the subject line.� Responses must be received by the closing date annotated in this announcement.� All communications shall be in writing through email; PHONE CALLS WILL NOT BE ENTERTAINED. In response to this sources sought, interested vendors should provide a capabilities statement that includes the following information: 1. Interested small businesses, should describe their identifying capabilities in meeting the requirements at a fair market price, all socio-economic designators, etc.; that is, all information which may help support or identify a set-aside. 2.�Name of the firm, point of contact, phone number, email address, UEI number, CAGE code, business size (that is, large business or a small business), and if applicable, a statement regarding small business status (including small business type(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) and the corresponding NAICS code for each category. 3.�Identify whether your firm is interested in competing for this requirement as a prime contractor or not.� Identify subcontracting, joint ventures or teaming arrangement that will be pursued, if any. 4.�Information in sufficient detail regarding previous experience (indicate whether as a prime contractor or subcontractor) on similar requirements (include size, scope, complexity, timeframe, government or commercial), pertinent certifications, etc., that will facilitate making a capability determination. Capabilities should contain information that address the following: � � �a.�How would educators/researchers be obtained who are competent (in credentials and experience) at the postgraduate level within relevant fields, particularly with regard to areas of specialization such as marriage and family counceling, world religions, CPE, ethics, and practical theology? � � b.��How would quality control be maintained, especially in light of the requirement for Association of Theological Schools (ATS)-accreditable educational material?� What means would be used to report progress in support of ensuring equality and diversity? � � c.�How would key relationships and networks with educational institutions, professional bodies, and accrediting organizations be developed? � � d.�How would knowledge be gained of the state of the field, within chaplaincy, theological education, military chaplaincy, and professional chaplaincy credentialing? 5.�Information to help determine if the requirement (item or service) is commercially available, including pricing information, basis for the pricing information (e.g., market pricing, catalog pricing), delivery schedules, customary terms and conditions, warranties, etc. 6.�Identify how the Army can best structure these contract requirements to facilitate competition, including competition among small business concerns. 7.�Recommendations to improve the Army's approach/specifications/draft PWS/PRS to acquiring the identified items/services. 8.�Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition and identify alternatives or� solutions.� Also contact the MICC Advocate for Competition, Scott Kukes, at scott.d.kukes.civ@mail.mil or 210-466-3015, if you believe that this action is unreasonably restricting competition.� Include the subject of the acquisition, this announcement, and the MICC POC information from the Sources Sought Notice.� Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/15bc3332fc4e44b4bab68096a7c624cc/view)
- Place of Performance
- Address: Columbia, SC 29207, USA
- Zip Code: 29207
- Country: USA
- Zip Code: 29207
- Record
- SN06460922-F 20220914/220912230119 (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 |