MODIFICATION
U -- ROLE PLAYERS
- Notice Date
- 3/14/2012
- Notice Type
- Modification/Amendment
- NAICS
- 611710
— Educational Support Services
- Contracting Office
- U.S. Department of State, Office of Logistics Management, Acquisition Management, P.O. Box 9115, Rosslyn Station, Arlington, Virginia, 22219, United States
- ZIP Code
- 22219
- Solicitation Number
- DOSROLEPLAYERS
- Point of Contact
- Padmavathi Washington-Sicher, Phone: 703-204-6210, Vincent J Sanchez, Phone: 703-875-6629
- E-Mail Address
-
Washington-Sicherp@state.gov, SanchezVJ@state.gov
(Washington-Sicherp@state.gov, SanchezVJ@state.gov)
- Small Business Set-Aside
- Total Small Business
- 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. It is the potential business concerns responsibility to monitor this site for the release of any further synopsis or solicitation in the future. 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. The acquisition strategy has not been determined at this time. The applicable recommended NAICS code is 611710 Educational Support Services with a small business size standard of $7 million in annual revenue, however the Government reserves the right to accept alternate NAICS codes as proposed by industry and adjust as needed for acquisition strategy purposes. ALL PROSPECTIVE OFFERORS MUST RESPOND TO THIS SYNOPSIS VIA INTERNET E-MAIL NO LATER THAN (March 19, 2012, 12pm EST). 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. If you are capable of fulfilling this requirement, please indicate your interest by sending a capability statement via e-mail (only) no later than March 19, 2012 to (Washington-sicherp@state.gov). Include the following information in your Capability Statement email (elements requested should not exceed 20 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's DUNS number. 2. Your capability statement should demonstrate a firm understanding of the general requirements below, addressing the following, at a minimum: a. Provide a brief history of your business, to include organization structure, experience in providing contractor support for recruiting, program facilitation and coordination, application evaluation and processing, developing databases, tracking and entering data, disability support services, training, event planning, and travel and housing coordination. b. Address innovative approaches you would recommend. c. Describe how you will accomplish meeting the general requirements identified in this notice. Describe subcontracting services previously utilized or proposed to meet this potential need. f. Describe how your current commercial/federal contracts are structured to meet these general requirements identified. g. Furnish evidence of previous successful recruiting, placement and management in support of similar role playing efforts. The U.S. Department of State is seeking firms that provide Role Players that can meet the following minimum General requirements: GENERAL REQUIREMENTS: Contractor and Role Player Performance: The contractor shall be capable of assisting in the development of role playing scenarios which coincide with the practical exercise or field training exercise being conducted. Role players will be required to be fluent English speakers and be able to take direction from Interim Training Facility instructors and coordinators as well as read and understand each of the field training exercises conducted for the benefit of students in training. All course materials and teaching methods used by role players must comply with DSTC curriculum policies which are guided by the Federal Law Enforcement Training Accreditation (FLETA) board requirements for DSTC accreditation as a training center. Role players will be cleared to the medium risk public trust level for the protection of training tactics, techniques and procedures. Role Player minimum requirements may include: 1. Understand the historical evolution of terrorism, kidnapping and hostage-taking and its effect on U.S. national security. Provide perspectives on ethnic, social political, economic and military issues in their area of affiliation. 2. Understand basic national diplomatic, intelligence, military, and civil instruments of power available for leadership to consider when assisting in field training exercises. 3. Undertake pre-exercise briefings consulting with instructors and coordinators prior to the initiation of the exercise. 4. Participate in post-exercise briefings with instructors, coordinators and students to ascertain both positive and negative aspects to the training exercise. 5. Use technology as a tool for role playing effectively. 6. Provide appropriate apparel commensurate with the scenario the role players are supporting. 7. Security Clearances : All proposed personnel shall have at least an active medium risk public trust clearance prior to commencing work under this contract. A successfully adjudicated medium risk, public trust clearance issued by the DS or OPM or an approved cognizant authority. Be able to take direction and support students in the learning environment Maintain flexibility for scheduling support and changes in scenarios.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/State/A-LM-AQM/A-LM-AQM/DOSROLEPLAYERS/listing.html)
- Place of Performance
- Address: SUMMIT POINT RACEWAY, 2026 SUMMIT POINT RD, SUMMIT POINT, West Virginia, 25446-0190, United States
- Zip Code: 25446-0190
- Zip Code: 25446-0190
- Record
- SN02697002-W 20120316/120314235835-e8f6a42dfcd2586bd166741fb0b93800 (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 |