Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 06, 2011 FBO #3330
SOURCES SOUGHT

U -- Non-personal training services for outcome-based learning and education (OBLE) support for the Armor Basic Officer Leader Course Branch (ABOLC-B) at Fort Knox, Kentucky and Fort Benning, Georgia.

Notice Date
1/4/2011
 
Notice Type
Sources Sought
 
NAICS
611430 — Professional and Management Development Training
 
Contracting Office
Fort Benning DOC, Directorate of Contracting, Building 6, Meloy Hall, Room 207, Fort Benning, GA 31905-5000
 
ZIP Code
31905-5000
 
Solicitation Number
W911SF11RSS01
 
Response Due
1/19/2011
 
Archive Date
3/20/2011
 
Point of Contact
Lee Rentfrow, 706-545-7403
 
E-Mail Address
Fort Benning DOC
(lee.rentfrow@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This sources sought action is conducted to determine availability and interest of qualified Small and Small Disadvantaged Businesses capable of providing the below requirement: No contract will be awarded as a result of this advisory request. The Set Aside Code, Total Small Business, is used for preliminary research only and is not the precise code that may be used in event a formal solicitation is issued. Non-personal training services for outcome-based learning and education (OBLE) support for the Armor Basic Officer Leader Course Branch (ABOLC-B) at Fort Knox, Kentucky and Fort Benning, Georgia. ABOLC-B is a 19-week course with optimum class size of 72 students. The course provides initial military training and education to newly commissioned U.S. Army Second Lieutenants, focusing on armor and reconnaissance technical, tactical, and leadership skills and knowledge. The following list comprises deliverables/outcomes expected from the course: 1. The contractor shall conduct a comprehensive analysis of all ABOLC-B course outcomes relative to the needs of the operational force, followed by an analysis of all course tasks, terminal learning objectives, enabling learning objectives, lesson plans, and evaluation plans/criteria to determine how to integrate these key course components into an OBLE construct. 2. Upon the government's acceptance of these analyses, the contractor will redesign ABOLC-B instructional and evaluation materials consistent with OBLE and Army Learning Concept 2015 principles. 3. The contractor shall develop an OBLE instructor certification program for ABOLC-B instructor/cadre based upon the redesigned ABOLC-B. Work on the instructor certification program shall be performed concurrently with and in parallel with redesign of the ABOLC-B program of instruction so that newly trained instructors are prepared to instruct newly designed course materials as soon as the materials are produced. The contractor shall instruct the first iteration of the revised instructor certification program to a class of 1 to 20 ABOLC-B instructors. 4. The contractor shall participate in a hands-on role throughout the initial pilot program of the OBLE for ABOLC-B, observing and providing corrective feedback to ensure efficacious implementation and validation of outcomes. The contractor will document and report the results of the pilot program as requested by ABOLC-B. 5. Optional tasks may include validation of additional pilot courses and/or revisions to initial OBLE program structure/design. 6. The contemplated Contract is expected to be a one-year Firm Fixed Price (FFP) Contract with possible one to four yearly options. It is requested herewith, a capability package from Small or Small Disadvantaged Business Concerns under NAICS 611430, professional development training (size standard $7.0 million). 7. The estimated annual ROM budget for the training is $1.0 to $1.5 million. SUBMITTAL INFORMATION REQUESTED: Interested Small or Small Disadvantaged Business Concerns should provide a brief capabilities statement package (no more than 15 pages in length, double spaced, and 12 point font minimum) demonstrating qualifications and ability to perform the services. Marketing information/data should not be included; however, past performance history should be included. The package may contain recommended structure/design, form and format of proposed curriculum and methodologies for OBLE. Please review carefully the requirements listed below. 1. Company profile to include number of employees, annual revenue history, office location(s), DUNS number, and business size certification(s). 2. Qualifications: Contractors must have expertise and satisfactory performance record in Army armor and reconnaissance tactics, techniques, and procedures; Army training and education; and OBLE. Contractor teams must be comprised of combat arms personnel with combat experience (ODS/OIF/OEF specific). Individuals with understanding of educational methodologies with application to military training are desired. Experience working with Asymmetrical Warfare Group is desired. 3. Statements of the minimum/maximum dollar value for a project which your firm would routinely consider submitting a proposal. 4. Statements of your organizational ability to perform at least 51% of the work with own internal organic resources. 5. Statements of your organizational technical skills your company possesses which will ensure OBLE for the tasks. 6. Statements of primary risk areas and/or potential issues associated with a project of this type. Include statements of proposed mitigation methods to control risk. 7. Statements of resources available (current management, employees, others) available for assignment to the project at listed sites. 8. Statements regarding capability to obtain required security clearances up to classification level Secret. 9. Statements or other comments or suggestions pertinent to the OBLE objectives. 10. All responses must include the following information: Company Name, Company Address and point of contact (POC) name, phone number, and e-mail address. U.S. Army Point of Contact (POC): Statements of Interest and capability package must be sent via e-mail to: Lee Rentfrow, Contracting Officer, at lee.rentfrow@us.army.mil with Subject Line: OBLE for Fort Knox/Fort Benning. Mail or delivery service by traditional physical method may be used, but receipt by the requested date is the same. Other information; telephone for POC; 706-545-7403. Contracting Office Address: MICC Fort Benning Contracting Office, Directorate of Contracting, Services Contracting Branch, 6600 Meloy Drive, Suite 250, Fort Benning, Georgia 31905-1300. Time of Submission: Submissions must be received no later than 4:00p.m. Eastern Standard Time on 19 January, 2011. Questions or comments regarding this notice may be addressed to The Army POC above. The Contracting Officer telephone 706-545-7403 or e-mail (preferred) with Subject: Outcome-Based Learning and Education to lee.rentfrow@us.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/59bb379b984af203adfd53210fcfdc9c)
 
Place of Performance
Address: Fort Benning DOC Directorate of Contracting, Building 6, Meloy Hall, Room 207 Fort Benning GA
Zip Code: 31905-5000
 
Record
SN02353750-W 20110106/110104234102-59bb379b984af203adfd53210fcfdc9c (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.