Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 27, 2010 FBO #3106
SPECIAL NOTICE

U -- SLPD TRAINING - Correspondence - SLPD SES Quals Guide - SLPD Core Values - RFI-SLPD-V1 - SLPD doc.4 - Correspondence Guide - SLPD ICd -610

Notice Date
5/25/2010
 
Notice Type
Special Notice
 
NAICS
611430 — Professional and Management Development Training
 
Contracting Office
Other Defense Agencies, National Geospatial-Intelligence Agency, AC Headquarters Support (ACH), Attn: ACH Mail Stop D-88, 4600 Sangamore Road, Bethesda, Maryland, 20816-5003, United States
 
ZIP Code
20816-5003
 
Solicitation Number
HM017710-RFI-01
 
Archive Date
7/7/2010
 
Point of Contact
Gregory E Laws,
 
E-Mail Address
Gregory.E.Laws@nga.mil
(Gregory.E.Laws@nga.mil)
 
Small Business Set-Aside
N/A
 
Description
RFI Attachment RFI Attachment RFI Attachment RFI Attachment RFI Attachment RFI Attachment RFI Attachment Request for Information (RFI) for Leadership, Supervisory, and Professional Development Support 1. Introduction This Request for Information lists the National Geospatial-Intelligence Agency's (NGA) requirements for Leadership, Supervisory and Professional Development training support within its Human Development (HD) Directorate, James R. Clapper School of Leadership and Professional Development (SLPD). The SLPD is looking to modernize its programs (both curriculum content and delivery strategies) and move to commercially available learning solutions. This RFI is issued for information and planning purposes. It does not constitute a Request for Proposal (RFP). This RFI does not commit the Government to contract for any supply or service whatsoever. Further, NGA is not at this time seeking proposals and will not accept unsolicited proposals. Interested parties are advised that the Government will not pay for any information or administrative costs incurred in response to this RFI. All costs associated with responding to this RFI will be solely at the interested party's expense. Not responding to this RFI does not preclude participation in any future RFP. If a solicitation is released, it will be synopsized on the Federal Business Opportunities (FedBizOpps) website. It is the responsibility of the potential offerors to monitor these sites for additional information pertaining to this requirement. 2. Background NGA provides geospatial-intelligence imagery, imagery intelligence, and geospatial data and information for planning, decision-making and action in support of national security. It represents a unified community of geospatial-intelligence producers and users, leveraging expert tradecraft, regional expertise, and strength in numbers, in the delivery of multi-source, multi-intelligence and services to policy makers, military decision makers, war fighters, and tailored support to civilian federal agencies and international organizations. The NGA workforce is defined for this effort as Pay Bands 2, 3, 4, and 5 (comparable to General Schedule (GS) grades 2 - 15), and senior executives. The SLPD provides the NGA workforce with Leadership, Supervisory and Professional Development Training. The SLPD seeks information from which to modernize, maintain, and provide this training to the NGA workforce. The NGA is looking to purchase pre-existing courses that will require minimal modification to meet its training mission. The courses may be commercially available or internal to the company. Based on the information received from this RFI, NGA will build a Request for Proposal. At this time NGA is envisioning a multiple award Indefinite Delivery, Indefinite Quantity task order contract where Sections 2, 3, 4, and 5 of Attachment 1 will be individual task orders; offerors may receive one or more of the task orders. NGA envisions 4 task orders but the analysis of industry responses to this RFI may lead to adjusting the number of task orders, as the NGA seeks to provide the best instruction at the best price to its work force. 3. Responding to this RFI NGA requests that you provide the following information: a. A response no longer than 5 double-sided pages exclusive of existing marketing materials. Only electronic submissions will be accepted. A submission may not be larger than 3MB; if any responsive document is larger than 3 MB, you may send it in more than one submission. Response must contain only UNCLASSIFIED information and be MARKED "UNCLASSIFIED" at least on the first page of the response. No Classified information may be included anywhere in the response. In addition to the response to the RFI (which is a maximum of 5 double-sided pages), you also should provide a 1-2 page response to this acquisition strategy detailing what you see as the strengths and weaknesses of this approach. This information will be used by the government program manager to refine the approach for the final request for proposal. b. Pre-existing internal and external marketing materials for each proposed courses. For internal courses, in lieu of formal marketing material, interested parties may submit E-mails, flyers, etc., that they use to attract internal candidates for the courses. For each course, respond with the instructors' qualifications required to teach the course (i.e., education level and experience). c. The recommended number of students per iteration for each proposed course d. The length (hours of instruction) of each proposed course. e. The size of your company, large or small. If a small business, add in your Small Business Administration Status. The NAICS code is 611430, Professional and Management Development Training. f. The current market price for pre-existing courses using pre-existing pricing materials. This information will be used to develop the government's independent cost estimate only. g. A response indicating which task orders can be combined, if any. You are encouraged to read any files attached to this RFI to better understand the anticipated scope of work. 4. Questions and Comments Respondents may submit questions or comments concerning this RFI, to the World Wide Web site of the Acquisition Research Center (ARC) at https://arc.westfields.net. New users of the ARC first must register (using the "Create New Account" button on the Web page) and obtain a user identifier and password to use for login at the site. Once registered and logged in at the ARC, a user can click and select the "Leadership, Supervisory, and Professional Development Support" ARC webpage under "Current Efforts." Respondents may submit questions concerning the RFI using the "Leadership, Supervisory, and Professional Development Support" website question/answer feature. The Government will entertain questions on a case-by-case basis. Respondents should be advised that all questions submitted to the ARC will be posted for all respondents to view, although the identity of the requesting organization will be withheld. Questions and comments regarding this RFI will be accepted via only the ARC Web site. Respondents should not directly contact any NGA personnel noted in this RFI. All questions must be submitted by 22 June 2010, 12:00 noon, EDT. Submissions are due no later than 27 June 2010, 2 p.m., EDT. Should you have any questions regarding the use of the ARC website, please contact the ARC Web Team at dev@westfields.net. Note: See Attachments
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/f3cff3c9913fc16a2312666f94698652)
 
Record
SN02159322-W 20100527/100525234916-f3cff3c9913fc16a2312666f94698652 (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.