SOLICITATION NOTICE
R -- Request for Information (RFI)- ON-SITE INSTRUCTION
- Notice Date
- 9/17/2025 8:41:00 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 611430
— Professional and Management Development Training
- Contracting Office
- NATIONAL INTERAGENCY FIRE CENTER BOISE ID 83705 USA
- ZIP Code
- 83705
- Solicitation Number
- 140L3725Q0131
- Response Due
- 10/3/2025 9:00:00 AM
- Archive Date
- 10/18/2025
- Point of Contact
- Houghton, Kelly, Phone: 7037327121, Fax: (303) 236-9470
- E-Mail Address
-
khoughton@blm.gov
(khoughton@blm.gov)
- Description
- Request for Information (RFI)- ON-SITE INSTRUCTIONAL DESIGN SERVICES: Bureau of Land Management (BLM); National Wildfire Coordinating Group (NWCG) The government is conducting a Request for Information (RFI), pursuant to FAR Part 10 Market Research. This RFI is in support of Market Research being conducted to identify potential sources capable of providing specific Instructional Design Services. Interested vendors must have specialized capabilities to provide such services at the required complexity and magnitude, as identified in the Attachment 1 Draft Requirements. The planned NAICS for this requirement is 611430 - Professional and Management Development Training. THERE IS NO SOLICITATION AVAILABLE AT THIS TIME. This notice shall NOT be considered a request for proposal, quotation, or an invitation for bid nor does responding to this RFI guarantee or exclude your participation in any potential and forthcoming acquisition. Any information provided by the Government under this notice is preliminary and may be updated or changed prior to release of the solicitation. The Government will NOT award a contract solely on the basis of this notice, nor will it be liable for any costs associated with preparing a submission. Proprietary information and trade secrets, if any, must be clearly marked on all materials. All information received that is marked Proprietary will be handled accordingly. Please be advised that all submissions become Government property and will not be returned. All government personal reviewing responses understand their responsibility for proper use and protection from unauthorized disclosure of proprietary information as described 41 USC 423. The Government shall not be held liable for any damages incurred if proprietary information is not properly identified. II. SUBMITTAL INFORMATION AND INSTRUCTIONS: The Government will not review general capability statements. Please ensure submissions are tailored to this requirement and information requested below. Responses shall not exceed 3 pages. If the potential source is not currently capable of meeting all or a portion of the above requirements but is planning to have these service capabilities in the future, the sources can provide information on the future capabilities of their business. Vendor responses shall be submitted in PDF or MS Word Format. Responses must include a cover page with the following information: Vendor Name, Mailing Address, Point of Contact (POC)/Title/Phone/Email, UEI, Size status of Business (i.e., large business, small business, small disadvantage business, 8(a) firm, etc.): Submission Instructions: Interested parties who consider themselves qualified are invited to submit a response to this RFI by 10/03/2025 10:00am Mountain Time. The response consists of your responses to the capability Questions, listed below in Section III. Your responses must be emailed to Contracting Officer Kelly Houghton (khoughton@blm.gov). Any questions concerning this RFI must be submitted through email to Kelly Houghton. III. CAPABILITY QUESTIONS 1. Describe your firm's capability of providing instructional system designers in Boise, ID, for a period of up to three (3) years. 2. The government is still defining the requirement regarding level of experience/education required, as well as the number of contractors required. What level of talent is your firm able to provide? How does your firm approach hiring for these specific types of positions? 3. Describe your firms overall experience providing Instructional Design Services to the federal government. Please describe the type of services and deliverables, and the federal agency for which services were provided. 4. Can you provide a rough estimate on hourly rates based on experience levels, for this specific type of position? 5. It is preferred that the instructional system designers have specific experience with Wildland Fire, or with instructional design supporting the military/DOD. Does your firm have the ability to staff a contract with ISDs with this type of specific experience? 6. Please provide any other supplementary information you believe is important to the requirement. IV. ATTACHMENTS: 1. Attachment 1- Draft Requirements
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/35d8f8a0eade4f19948d30896933a991/view)
- Place of Performance
- Address: Boise, ID
- Record
- SN07594289-F 20250919/250917230040 (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 |