SOLICITATION NOTICE
U -- Country Orientation
- Notice Date
- 12/3/2008
- Notice Type
- Presolicitation
- NAICS
- 611699
— All Other Miscellaneous Schools and Instruction
- Contracting Office
- Department of the Army, Army Contracting Agency, North Region, ACA, NRCC, Mission, ACA, NRCC, Mission, Building 2796, Fort Eustis, VA 23604
- ZIP Code
- 23604
- Solicitation Number
- W911S009R0005
- Response Due
- 12/10/2008
- Archive Date
- 2/8/2009
- Point of Contact
- Anthony Ciccariello Jr, 75787831663238<br />
- Small Business Set-Aside
- Total Small Business
- Description
- The Mission and Installation Contracting Center intends to procure for Contractor support in the preparation and instruction of the country-specific Country Orientation services for the The United States Army Security Assistance Training Management Organization (USASATMO). In response to requests from U.S. representatives in allied countries, the United States Army Security Assistance Training Management Organization (USASATMO or SATMO) at Fort Bragg, North Carolina, deploys military, Government civilian and contractor-staffed training and technical assistance teams to those countries. In most cases these teams are stationed in country for a period of time from one week to two years. The team members work directly with host nation armed forces personnel and live on the host nation (local) economy. The Contractor shall provide all materials and training to prepare SATMO deploying soldier teams with the knowledge required to conduct day to day activities (doing business) within the specific host nations to which each soldier team is assigned. The Contractor shall prepare cultural, business practice and general living materials (to include illustrated handouts) in MS Word and/or MS PowerPoint format (as determined by the Contractor) that will train deploying personnel in the techniques and behaviors required to avoid problems and exploit advantages while conducting day to day activities (doing business) in a foreign country. Although much of the information to be provided by the Contractor may be general or regional in nature, it shall, as far as possible, be specific to each nation. The Contractor shall note that trainees will already have received training (from a separate source) on the general importance and role of cross-cultural communication and sensitivity. The Contractor shall provide these materials electronically to SATMO one workday before the relevant date the class is to start. The Contractor-provided training shall orient the trainee(s) in the use of that training material provided as a part of the SATTOC course. The Contractor shall place an emphasis on how to use the materials and shall present in a lecture/conference format, dos and donts of social behavior and differences between practices and customs in the subject country and the United States. The Contractor shall facilitate the lecture/conference through the use of projected images that provide, as a minimum, an outline and key points of the lecture/conference. The Contractor shall select from the training content, based on the maximum class time of three hours, those techniques or teaching points most important and suitable for video, audio or personal demonstration or practical exercise. Note at the end of this period of instruction the Contractor shall allow for fifteen (15) minutes of questions and answers. Based on generally accepted principles of instructional development, the contractor shall determine the learning objectives for the selected content (for example: recognize, recall, state, demonstrate, identify) and select the training technique most appropriate for each learning objective. For example, the contractor would train the trainees to recognize and identify hand and other body gestures and state the meaning of each; state the appropriate dress for given business or social situations, and recognize, understand and imitate key language cues to include greetings, polite terms and how to express a need for assistance. The Period of Performance will be 12 months after date of award with four option periods. The designated NAICS code is 611699 for this effort, the size standard is $7 mil. This is a total business set aside procurement. Solicitation Number will be W911S0-09-R-0005. The entire solicitation package will be available via the Army Single Face to Industry (ASFI) website https://acquisition.army.mil/asfi. All amendments to the solicitation will be posted on the ASFI website. Interested parties are advised to check the website periodically for amendments. Point of Contact: Anthony Ciccariello. Phone: 757-878-3166 ex 3238. Email: anthony.ciccariello1@us.army.mil
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=0c99b5fb7860ef84a150210de8dab81a&tab=core&_cview=1)
- Place of Performance
- Address: ACA, NRCC, Mission Building 2796, Fort Eustis VA<br />
- Zip Code: 23604<br />
- Zip Code: 23604<br />
- Record
- SN01712962-W 20081205/081203220556-0c99b5fb7860ef84a150210de8dab81a (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |