Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 06, 2024 SAM #8166
SOLICITATION NOTICE

U -- Uganda Peacekeeping Training

Notice Date
4/4/2024 12:41:19 PM
 
Notice Type
Presolicitation
 
NAICS
611519 — Other Technical and Trade Schools
 
Contracting Office
ACQUISITIONS - AQM MOMENTUM WASHINGTON DC 20520 USA
 
ZIP Code
20520
 
Solicitation Number
DS191000082680-Updated
 
Response Due
4/15/2024 7:00:00 AM
 
Archive Date
04/30/2024
 
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
This requirement was previously synopsized on August 2, 2023 as it was expected to be solicited in FY2023 but is being re-synopsized due to slight changes to the requirement and delays having the changed information available.� Synopsis for Solicitation 19AQMM24R0053 Peace Operations Training and Assistance in Uganda This synopsis provides notice of the Government�s intent to issue a solicitation for a US Small Business to build the Uganda People�s Defense Forces (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. The proposed period of performance is one (1) twelve (12) month period of performance with three option years.� NAICS Code: 611519 The approximate acquisition schedule is as follows: The synopsis will be posted for at least fifteen (15) days.� On or about April 22, 2024, the Government plans to post the solicitation. �No paper copies will be mailed.� Once the solicitation is posted online (see www.SAM.gov), the offerors will have approximately thirty (30) days to submit proposals. Award of a Hybrid (Labor Hours, Time & Materials, Cost-Reimbursable) Price Type contract for is anticipated within 60 days of proposal receipt.� All dates are subject to change.� The Question and Answer (Q&A) period opens with the posting of the Request for Proposals and ends on the date specified in Section L of the solicitation. All announcements and amendments made to the solicitation will be posted online at www.SAM.gov as well. All proposals from responsible vendors will be evaluated if received on time and deemed responsive. All prospective offerors must be registered in the System for Award Management (SAM) in order to be eligible for award.� Synopsis for Solicitation 19AQMM2RR0053 Peace Operations Training and Assistance in Uganda This synopsis provides notice of the Government�s intent to issue a solicitation for a US Small Business to build the Uganda People�s Defense Forces (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. The proposed period of performance is one (1) twelve (12) month period of performance with three option years.� NAICS Code: 611519 The approximate acquisition schedule is as follows: The synopsis will be posted for at least fifteen (15) days.� On or about April 22, 2024, the Government plans to post the solicitation. �No paper copies will be mailed.� Once the solicitation is posted online (see www.SAM.gov), the offerors will have approximately thirty (30) days to submit proposals. Award of a Hybrid (Labor Hours, Time & Materials, Cost-Reimbursable) Price Type contract for is anticipated within 60 days of proposal receipt.� All dates are subject to change.� The Question and Answer (Q&A) period opens with the posting of the Request for Proposals and ends on the date specified in Section L of the solicitation. All announcements and amendments made to the solicitation will be posted online at www.SAM.gov as well. All proposals from responsible vendors will be evaluated if received on time and deemed responsive. All prospective offerors must be registered in the System for Award Management (SAM) in order to be eligible for award.�
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/6f67114266c6424bbffe92b1813dff8d/view)
 
Place of Performance
Address: UGA
Country: UGA
 
Record
SN07020014-F 20240406/240404230052 (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.