SOURCES SOUGHT
99 -- Uganda Peacekeeping Training
- Notice Date
- 5/9/2023 3:49:51 PM
- Notice Type
- Sources Sought
- NAICS
- 611519
— Other Technical and Trade Schools
- Contracting Office
- ACQUISITIONS - AQM MOMENTUM WASHINGTON DC 20520 USA
- ZIP Code
- 20520
- Solicitation Number
- 19AQMM23N0031
- Response Due
- 5/22/2023 7:00:00 AM
- Point of Contact
- Holli Baker, IP Contracting Team, Phone: 8433084232
- E-Mail Address
-
BakerHC@state.gov, IP_Contracting_Team@state.gov
(BakerHC@state.gov, IP_Contracting_Team@state.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- 19AQMM23N0031 � Peace Operations Training and Assistance in Uganda This is a sources sought notice for information only. This is not a request for proposal or quotation or an announcement of a solicitation. This sources sought request for information is for the purpose of conducting market research to provide data for planning purposes. This sources sought synopsis announcement does not constitute a formal solicitation, and is not a request for proposal, request for quote, invitation for bid, does not obligate the government to award a contract, issue a solicitation, reimburse respondents for any proposal preparation and/or submittal costs, nor does its issuance in any way restrict the Government as to its ultimate acquisition approach. The Government will not pay for any materials provided in response to this notice and submittals will not be returned to the sender. The US Department of State's Bureau of Political Military Affairs, Office of Global Programs and Initiatives, Peace Operations Capacity Building Division (PM/GPI/POCB), is seeking potential sources capable of management, training, personnel, equipment, training support materials, technology, supplies, and incidentals necessary to meet the performance objectives of the Global Peace Operations Initiative (GPOI), a U.S. Department of State security assistance program focused on building international peacekeeping capacity worldwide in close collaboration with the U.S. Department of Defense (DOD). �Performance objectives are as follows: The Uganda People�s Defense Forces, hereafter referred to as the UPDF, currently contributes more than seven (7) combined arms battalions with 6,070 peacekeepers to the African Union Transition Mission in Somalia (ATMIS) and contributes a small guard battalion to the UN Mission in Somalia (UNSOM).� Sources are being sought to build the UPDF�s capacity to prepare, deploy, and sustain effective peacekeeping forces in support of UN-mandated tasks. The activities shall complement broader GPOI programming efforts and support U.S. Government (USG) peacekeeping policy priorities for Uganda and the region.� Required tasks, consist of three (3) distinct but interconnected activities: The development and delivery of high-quality training that is informed by the latest UN and African Union (AU) policy, doctrine, and guidance and that incorporates partner nation doctrine, processes, practices, and lessons learned; mission-specific and responsive to changing mission trends; adaptive to both formal classroom and field training environments; and carried out using sound adult learning principles with consideration for a variety of trainee skill levels to execute a combination of classroom, hands-on learning/practical exercises, and field training exercises. Strategic, responsive, collaborative, and respectful mentorship and engagement that builds partner confidence, addresses unique training requirements, and supports the development of institutional capacity to advance the partner toward self-sufficiency and improved operational readiness. Procurement and delivery of equipment and supplies for use in pre-deployment training the same way that partner employs the equipment and supplies in the mission.� Training aids and support material should be introduced for added realism and scenario flexibility. The partner�s peace operations training center (POTC) staff should be capable of maintaining, repairing, accounting, issuing, and storing equipment, supplies, and training support material after the completion of training as specified by the contract. This is not a solicitation nor will a solicitation package be issued as a result of this announcement, and no award shall be made as a result of this announcement. �In the event that a solicitation is developed, it will be assigned a formal Request for Proposal (RFP) number or Request for Quotation (RFQ) and the announcement will be published on SAM.gov. RESPONSES DUE For the purposes of this acquisition the applicable NAICS code is 611519. �Responses are requested no later than 10:00 AM May 22, 2023. Direct expression of interest as well as required documentation should be submitted in writing, via email, to Holli Baker at bakerhc@state.gov.� All prospective offerors are responsible for monitoring this site for the release of all other information pertaining to the synopsis and solicitation. RESPONSE SUBMISSION INFORMATION All potential sources with the capability to provide the requirements referenced in this RFI are invited to submit, in writing, sufficient information within the page limitations listed below. This information should demonstrate the respondent's ability to fulfill the technical, delivery, and support requirements and be responsive to the technical questions in this RFI as indicated below. We will not answer technical questions or provide additional technical information at this time via this request for information notice. �Responses to this RFI shall include the following: A cover sheet which includes: Company Name Address Point of Contact E-mail Address Phone Number Unique Entity ID Primary Business and Market Areas Business Size and Socioeconomic Status (if applicable) Relevant Project Experience (two (2) page limit): The potential offerors need to demonstrate that they posses, within the last five years, experience similar to that described in this specified source sought category. Experience described above needs to include the offeror�s role, primary contractor or sub-contractor. Each project experience needs to include the contract number, the US Agency or private company that awarded the contract and contract monetary value.�� The potential offerors need to document experience in coordinating with host nation government(s) to mitigate and solve potential issues; Experience �in providing supplies and services to support training activities and in importation of materials, equipment, manpower, and any other necessary resources required for the completion of projects. Capabilities of Successfully Completing projects: Ability to provide all required services, manpower, and materials; Ability to provide and deliver required materials and equipment to projects located in Uganda; Capabilities to import all required material and equipment through either sea or air transportation to Uganda; Ability that, should a solicitation be issued in the future for this requirement, offerors should declare if the offeror is applying as a primary contractor, a joint venture or partnership or other as applicable to their submission.� � Ability that, should sub-contractors figure into an offeror�s plans, the offeror will be expected to specify what percentage of work will be tasked to assigned sub-contractors. Period of Performance The proposed period of performance is one -12 month period of performance with three option years.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/58ee933ff80b46be83cd6cd79dda5cd0/view)
- Place of Performance
- Address: UGA
- Country: UGA
- Country: UGA
- Record
- SN06677341-F 20230511/230509230114 (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 |