Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 19, 2009 FBO #2947
SOURCES SOUGHT

U -- Survival, Evasion, Resistance and Escape Training

Notice Date
12/17/2009
 
Notice Type
Sources Sought
 
NAICS
611699 — All Other Miscellaneous Schools and Instruction
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, USASOC, ATTN:E-2929, Fort Bragg, North Carolina, 28310
 
ZIP Code
28310
 
Solicitation Number
SERE-01-2010
 
Archive Date
1/19/2010
 
Point of Contact
Rowena M Godaire, Phone: 910-432-5262, Umetria Thomas, Phone: 910-432-8598
 
E-Mail Address
godairer@soc.mil, umetria.thomas@soc.mil
(godairer@soc.mil, umetria.thomas@soc.mil)
 
Small Business Set-Aside
N/A
 
Description
THIS IS NOT A NOTICE OF SOLICITATION ISSUANCE, BUT RATHER A REQUEST FOR INFORMATION (RFI) from industry that will allow the Government to identify interested sources capable of meeting the requirement. The information sought herein is for planning purposes only and shall not be construed as a request for quote (RFQ), request for proposal (RFP), invitation for bid (IFB), or as an obligation or commitment on the part of the Government to acquire any product or service. There shall be no basis for claims against the Government as a result of information submitted in response to the RFI. The Government does not intend to award a contract on the basis of this RFI, or otherwise pay for any information submitted by respondents to this request. This notice is for market research purposes only and is not indicative of a full requirement. Should a requirement arise, the full requirement will be detailed in the solicitation. The United States Army Special Operations Command (USASOC) on behalf of Special Warfare Center and School (SWCS) is seeking to identify 8(a), HUBZone, Service Disabled Veteran Owned Small Business, or Small Business Firms capable of providing contractor support for the administration, execution, and instruction of U.S. Military personnel, Allied Forces personnel and other Government designees of the Survival, Evasion, Resistance and Excape Level "C" Wartime (SERE) and Peacetime Government Detention and Hostage Detention (PGD/HD) courses. Key elements to consider in your submission are technical approach to meeting the requirements, prior experience in teaching the same or similar type courses, specifically addressing the knowledge and skill level of your instructors in TRADOC approved systems approach to training methodologies, to include evaluations, analysis, design, development and implementation of individual and collective training plans, training senerios, and POI's, and instructor's knowledge in SERE subjects, eg. Map reading, land navigation, survival methods/techniques, preparation of fish and game, plant identification, escape and evasion, air/land/sea exfiltration, cross cultural communications, physical and psychological aspects of captivity, clandestine communications, escape planning, resistance to exploitation, interrogation and the U.S. Military Code of Conduct. The Contract Manager shall have a minimum of two (2) years experience as a Contract Manager (i.e., upper-level management) for a contract of similar size and scope of this PWS and at least three (3) years experience as a SERE Level C instructor in the Army Resistance Training Laboratory (RTL), or suitable SERE related experience, e.g. Navy, Air Force, or other DoD approved Level C SERE courses. Must be a graduate of a DoD approved Level "C" Course. SERE level "C" Course instructors shall be ex-military (E-4) or higher, with a minimum of three (3) years of honorable service in the US military and shall be a graduate of an approved DoD SERE Level "C" High Risk Course. The anticipated period of performance is a base year with four one-year options. Interested parties are requested to submit a capabilities statement that clearly demonstrates their corporate capabilities. The capabilities statement should not exceed 15 pages and must provide a summary of relevant experience and knowledge that addresses the entire scope of the statement of work. Key elements to consider in your submission are technical approach to meeting the requirement, prior experience in teaching the same or similar courses. The narrative must include information on personnel to include the number of years of experience and relevant certifications. The statement should also include substantive current and/or recent past performance references that identify the contract number, customer, contract value, type of contract, period of performance, prime or subcontractor designation, a brief description of the services, and the Contracting Officer's Representative's (COR's) name, email address, and phone number. The anticipated North American Industry Classification Standards (NAICS) is 611699, All other Miscellaneous Schools and Instruction with a size standard of $7M. Contractors interested in performing these services should be registered in Central Contractor Registration ( www.ccr.gov ). Contractors responding to this Sources Sought are asked to provide the following information: company's full name and address, DUNS number, business size (whether they are a large, small, small-disadvantaged, 8(a), HUBZone, woman-owned, historically black college or university and/or minority service institute), address, and a point of contact. Please also advise the government of pending changes in the business size status. In addition, respondents shall provide average annual revenues for the past 3 years and number of employees; affiliate information: parent company, joint venture partners, potential teaming partners; and any additional documentation such as company literature and brochures. A facility clearance at the classification level of SECRET is required. Responses shall be submitted electronically via email to godairer@soc.mil. If an interested source is not able to contact the Contracting Office via email, information/correspondence/requests may be submitted to the point of contact cited above via facsimile, (910) 432-9345. All responses shall be submitted by 4 PM EST on 04 January 2010. For information regarding this notice, contact Ms. Rowena Godaire via email at the address above. Failure to respond to this RFI does not preclude participation in any future associated request for quotations that may be issued. Respondents to this request will NOT be notified of the results. However, a solicitation based on the results of this notice will be issued. Documentation provided must address all required elements listed herein; providing only a reference to a website is unacceptable for purposes of this announcement and will not be considered or reviewed. All proprietary or corporate data received shall be clearly identified and shall be protected from release to sources outside the Government. Please do not submit classified material.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/FortBraggNC/SERE-01-2010 /listing.html)
 
Place of Performance
Address: Camp Mackall, Fort Bragg, North Carolina, United States
 
Record
SN02026041-W 20091219/091217234509-ce30f3e19bf41f77a5808745afea9efe (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.