Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 29, 2011 FBO #3504
SOURCES SOUGHT

G -- To Seek Sources to Provide Servie and Support for US Army Rsiliency Program

Notice Date
6/27/2011
 
Notice Type
Sources Sought
 
NAICS
624190 — Other Individual and Family Services
 
Contracting Office
USPFO for Oregon, ATTN: USPFO-P, P.O. Box 14840, Salem, OR 97309-5008
 
ZIP Code
97309-5008
 
Solicitation Number
W90KNA-1157-9001
 
Response Due
7/4/2011
 
Archive Date
9/2/2011
 
Point of Contact
Benjamin Hittle, 503-584-3770
 
E-Mail Address
USPFO for Oregon
(benjamin.hittle@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT ANNOUNCEMENT ONLY. There is no solicitation available at this time. This Sources Sought Notice is issued for the sole purpose of conducting market research in accordance with the Federal Acquisition Regulation (FAR) Part 10. The Government will not pay for any materials provided in response to this notice. If a solicitation is later released, it will be synopsized in FedBizOps. It is the potential business concerns responsibility to monitor this site for the release of any synopsis or solicitation. This effort is to seek qualified sources capable of fulfilling the requirements to provide services in support of the OREGON NATIONAL GUARD's "MANAGING TRANSITION ON PURPOSE" TRAINING as part of the US Army's Resiliency Program. This incumbent will have knowledge of the US Army's Resiliency program, be able to train soldiers in resiliency and will be able to hold "train the trainer" sessions. The ultimate goal is to have a corps of Resiliency Trainers in the Oregon Guard. Incumbent will develop the curriculum, hand outs and, perform the initial training and be able to certify a number of soldiers to carry on this training in coordination with this contract and after this contract is completed. The purpose of this contract is to provide at-risk Soldiers with intensive resiliency training for the duration of this contract and beyond. The intensive resiliency training must build upon the following Resiliency skills (reference 4.17): Resourcefulness', Accountability and Personal Empowerment, Value Clarification, Creating a Balanced Life, Creating Healthy Relationships, Healthy Communication, and Internal and External Conflict Management. The curriculum shall be presented to approximately 120 Soldiers with a possible expansion to 320 Soldiers each year. Each Soldier receiving this training shall be identified as at-risk and needing additional training in resilience. In support of this objective, the Contractor shall support and facilitate this by completion of the program requirements and tasks. Performance standards are delineated in the Performance Standards/Service Delivery Summary and Quality Assurance Surveillance Plan (QASP) which are incorporated as part of this PWS. The applicable NAICS code is 624190 Social Assistance-Other Individual and Family Services. If you are capable of fulfilling this requirement, please indicate your interest by sending a capability statement via e-mail (only) no later than 4 July 2011 to ken.horne@us.army.mil. It is requested you include any recommendations based on the attached draft Performance Work Statement. Include the following information in your Capability Statement email (elements should not exceed 12 pages): 1. Prospective Offeror Identification: a. Company name and commercial and government entity (CAGE) code b. Address c. Phone Number d. Fax Number e. Email address f. Point of Contact information g. A website address that provides additional information about the prospective business h. Identify your company type: i.e. a large or small, small disadvantaged, 8a, veteran owned small business, service disabled veteran owned small business, woman-owned small business, Native American and/or HUB zone business that is supported by a current registration status of active in the Central Contractor Registration (CCR) https://www.bpn.gov/ccr/default.aspx. Include your company's North American Industry Classification System (NAICS) code. i. Provide your company & DUNS number. 2. Your capability statement should demonstrate a firm understanding of the requirements, addressing the following, at a minimum: a. Provide a brief history of your business, to include organization structure, experience in providing this EAP product to the commercial market and have the resources necessary to fulfill the PWS requirements. b. Address innovative approaches you would recommend. c. Describe production, technical equipment and facilities the firm owns or has access to and has used. d. Describe how you will accomplish the implementation of the EAP for meeting the requirements identified in the draft Performance Work Statement. e. Describe subcontracting services previously utilized. f. Describe how your current commercial/federal contracts are structured. g. Furnish evidence of previous successful management and execution of other Employee Assistance programs. h. Describe, include examples, how your pricing structure will accommodate our requirements Note: This Sources Sought Notice is open to large businesses, small businesses and all other social economic businesses. Competition and set-aside decisions may be based on the results of this market research. ALL PROSPECTIVE OFFERORS MUST RESPOND TO THIS ANOUNCEMENT VIA INTERNET E-MAIL NO LATER THAN 4 JULY 2011. TELEPHONE REQUESTS FOR SOLICITATIONS WILL NOT BE ACCEPTED. The solicitation, when issued, will be available on the Internet at www.fbo.gov. NO SOLICITATION EXISTS AT THIS TIME.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA35/W90KNA-1157-9001/listing.html)
 
Place of Performance
Address: USPFO for Oregon ATTN: USPFO-P, P.O. Box 14840 Salem OR
Zip Code: 97309-5008
 
Record
SN02483427-W 20110629/110627235023-88b7bce71b230c911be354e968cb5d0a (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.