Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 30, 2009 FBO #2836
SOURCES SOUGHT

U -- Comprehensive Soldier Fitness (CSF) Training, Army Resiliency

Notice Date
8/28/2009
 
Notice Type
Sources Sought
 
NAICS
611710 — Educational Support Services
 
Contracting Office
Contracting Center of Excellence, Army Contracting Agency (ACA), ATTN: Policy and Compliance, 5200 Army Pentagon, Room 1D245, Washington, DC 20310-5200
 
ZIP Code
20310-5200
 
Solicitation Number
W91WAW-10-R-0001
 
Response Due
9/7/2009
 
Archive Date
11/6/2009
 
Point of Contact
Toye Y. Latimore, 703-428-0402
 
E-Mail Address
Contracting Center of Excellence, Army Contracting Agency (ACA)
(toye.y.latimore@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This sources sought announcement is for information and planning purposes only; it is not to be construed as a commitment by the Government. A contract may not be awarded as a result of this sources sought announcement. The US Army Contracting Command, Contracting Center of Excellence (CCE) at Hoffman II, on behalf of the Comprehensive Soldier Fitness (CSF) Directorate, Master Resilience Training, intends to procure personnel, materials, supervision, and other items necessary to perform non-personal services to execute the training execution component of the Comprehensive Soldier Fitness (CSF) Directorates mission to provide Master Resilience Training to designated Army personnel using 100% HUBZone small business set-aside or using small business set-aside procedures in accordance with FAR Part 19 or under full and open competitive procedures. All capability packages are due September 7, 2009 by 3:00 P.M. EST, NO EXCEPTIONS. If at least two qualified HUBZone small business concerns are determined by the Government to be capable of performing this requirement based on the evaluation of the capability packages, the requirement will be solicited as a 100% set-aside for qualified HUBZone small business concerns. If two or more qualified HUBZone small business concerns are not found capable, this requirement will be solicited as a 100% set-aside for small business concerns in accordance with FAR Part 19. If capability packages are not received from at least two responsible small business concerns in accordance with FAR Part 19 by the response date or if the Government determines that no small business concerns in accordance with FAR Part 19 are capable of performing this requirement based upon an evaluation of the capability packages submitted; this requirement will be solicited under full and open competitive procedures. Only small businesses are to submit capability packages. Interested small business concerns that are qualified as a HUBZone, or small business concern in NAICS code 611710 with a size standard of $7Million are encouraged to submit their capability packages. The capability packages for this sources sought market survey are not expected to be proposals, but rather statements regarding the companys existing experience in relation to the areas specified in the PWS. Capability packages must not exceed 50 pages and must be submitted electronically. All contractor questions must be submitted no later than September 7, 2009 by 3:00 P.M. EST. Small business concerns are to outline their experiences in the following 1) Army Resiliency Training and Curriculum Development 2) Training soldiers, family members and Army Civilians 3) Training Validation and Analysis 4) Training Execution. Areas or tasks where a contractor does not have prior experience should be annotated as such. *NOTE: The following questions can also be inserted at the KOs discretion as follows: In addition, the following questions must be answered and elaborated on as part of the package: (1) Financial Capability-Does your firm have the financial capability to withstand a negative cash flow of $133,333.33 per month? (2) Past Performance-Does your firm have the relevant past performance within the last three years? (include contract numbers, contract type, dollar value of each procurement, point of contracts, and brief description of the work performed); (3) Corporate Experience-Does your firm have the work experience similar in nature, scope, complexity, and difficulty of work in the PWS? To assist us in maintaining a list of interested small business concerns for this potential procurement, please provide your companys name, point of contact (POC), address, phone number, and business size under the above NAICS code to Paul Lauro, Procurement Analyst, Email: Paul.Lauro@hqda.army.mil and Toye Y. Latimore, Associate Director, Contracting, Email: toye.y.latimore@us.army.mil for this procurement. A/An IDIQ contract is anticipated. The anticipated period of performance will be a base and three, one-year options. The place of performance will consist of the contractors site and various military installations. Contractor personnel will not require a current (secret or top secret) clearance. A written Request for Proposal (RFP) will be posted on or about November 2, 2009. The RFP must be retrieved and downloaded from CCEs homepage at: http://cce.hqda.pentagon.mil/rfp/rfp_1.asp. Select the desired RFP and click on the Process button. No hard copies of the RFP will be issued. All amendments will be posted and must be retrieved from this website. Responses to the RFP must be submitted by email to the POC identified below. No solicitation mailing list will be compiled. Contractors are responsible for all costs for submitting their capability packages. POC is Toye Y. Latimore, Associate Director, Contracting Officer, Email: toye.y.latimore@us.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/DSS-W/DASW01/W91WAW-10-R-0001/listing.html)
 
Place of Performance
Address: Contracting Center of Excellence, Army Contracting Command ATTN: Room 11S67, Toye Latimore, 200 Stovall Street Alexandria VA
Zip Code: 22332
 
Record
SN01931974-W 20090830/090829004428-55a46430e6442b34ef14d5df051d0947 (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 |
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.