SOURCES SOUGHT
99 -- RNEC Executive Coaching
- Notice Date
- 8/19/2025 11:38:51 AM
- Notice Type
- Sources Sought
- NAICS
- 611430
— Professional and Management Development Training
- Contracting Office
- W6QM MICC-FT CARSON FORT CARSON CO 80913-5198 USA
- ZIP Code
- 80913-5198
- Solicitation Number
- PANMCC25P0000029441
- Response Due
- 8/26/2025 9:00:00 AM
- Archive Date
- 09/10/2025
- Point of Contact
- Rebecca Hensch, Julia Gomez
- E-Mail Address
-
rebecca.s.hensch.civ@army.mil, julia.e.gomez.civ@army.mil
(rebecca.s.hensch.civ@army.mil, julia.e.gomez.civ@army.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- Sources Sought Notice - PANMCC-25-P-0000 029441 This is a Sources Sought Notice ONLY. The U.S. Government currently intends to award a contract to provide the Five Behaviors of a Cohesive Team Workshop / Retreat for 23 team members Leadership Team members of the Regional Network Enterprise Center (RNEC) on a SOLE SOURCE basis but is seeking vendors that may be able to perform this requirement in order to support a competitive procurement. Accordingly, the U.S. Government highly encourages all interested businesses (large and small) to respond to this source sought synopsis. In addition, small businesses, in all socioeconomic categories (including, 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service-Disabled Veteran-Owned, Women-Owned Small Business concerns), must describe their identifying capabilities in meeting the requirements at a fair market price, i.e., information which may help support a set-aside. The proposed sole source vendor is Life Together Coaching, LLC who has developed proprietary assessments and coaching tools. Life Together Coaching, LLC will be providing Executive Coaching and Training services that meet the RNEC requirements. The purpose is to continually strengthen the skills of the leadership team in strategic thinking, decision-making, communication, and team development. Executive coaching and leadership training are necessary investments that will enhance individual and collective leadership capabilities, leading to improved team performance and higher organizational effectiveness. The statutory authority for the sole source procurement is soliciting from a single source due to exclusive licensing agreements/proprietary material IAW FAR 13.106-1(b). Attached is the draft Performance Work Statement (PWS). The deadline for response to this source sought notice is no later than 10:00 A.M. Mountain Standard Time, 26 August 2025. Provide responses to this notice to: Julia Gomez, Contracting Officer, julia.e.gomez.civ@army.mil ; and Rebecca Hensch, Contract Specialist, rebecca.s.hensch.civ@army.mil Telephone responses will NOT be accepted. This notice does not constitute a Request for Quote (RFQ or a promise to issue an RFQ 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 source 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. A determination not to compete this requirement, based upon responses to this notice, is solely within the discretion of the Government. However, if a competitive 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(s) is: 611430 Professional and Management Development Training. The standard size is $15,000,000.00. This will be a 100% small business set aside. In response to this source sought, please provide: 1. 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. 2. Name of the firm, point of contact, phone number, email address, SAM Unique Entity ID, CAGE code, identify business size (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. 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. 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.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/90f3ae9325de4265ab8c2afb26e76f3e/view)
- Place of Performance
- Address: Colorado Springs, CO 80913, USA
- Zip Code: 80913
- Country: USA
- Zip Code: 80913
- Record
- SN07557876-F 20250821/250819230054 (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 |