SOURCES SOUGHT
U -- Environmental Writing Course
- Notice Date
- 3/20/2012
- Notice Type
- Sources Sought
- NAICS
- 611430
— Professional and Management Development Training
- Contracting Office
- USACE HNC, Huntsville, P. O. Box 1600, Huntsville, AL 35807-4301
- ZIP Code
- 35807-4301
- Solicitation Number
- W912DY-12-T-0104
- Response Due
- 4/13/2012
- Archive Date
- 6/12/2012
- Point of Contact
- BETTY PETTIGREW, 256-895-2533
- E-Mail Address
-
USACE HNC, Huntsville
(betty.r.pettigrew@usace.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- USACE LEARNING CENTER REQUIREMENT This Sources Sought Notice is intended for market research purposes and is not a solicitation. The Government will not reimburse respondents for any costs incurred in preparation of response to this Sources Sought Notice. It is the Government's intent to consider awarding this acquisition under the authority of the Small Business Program (see FAR Part 19). The Government will review the responses as a result of this notice in order to determine if the acquisition should be set-aside for further small business preference programs. The responding firm should indicate its ability to meet the requirement of FAR 52.219-14(b)(1). If a single firm lacks the necessary capacity or capability to perform the contract on its own, a joint venture arrangement in accordance with the Code of Federal Regulations (CFR) references listed below is permissible provided the arrangements are identified and company relationships are fully disclosed and found to be in accordance with federal regulations. The rules governing the Small Business 8(a) Program teaming arrangement/joint ventures are described in the Code of Federal Regulations at 13 CFR 124.513. The rules governing the HUBZone Program teaming arrangements/joint ventures are described in 13 CFR 126.616. Finally, the rules governing the Service-Disabled Veteran-Owned Program teaming arrangements/joint ventures are described in FAR 19.1403(c) and 13 CFR 125.15(b). You may obtain these regulations at the following websites: (1) Code of Federal Regulations - http://www.gpoaccess.gov/cfr/index.html and (2) Federal Acquisition Regulation - http://www.arnet.gov/far/. The U.S. Army Engineering and Support Center (CEHNC) Learning Center in Huntsville, Alabama intends to solicit and award a single award contract for the Environmental Writing Course using NAICS 611430. Topics in this course will include (1. The Law and its Implementing Procedures, (2) Analyzing the Environment and Writing the Assessment, (3) Organizing and Writing Environmental Documents, (4) Suggestions for Writing, (5) Adjusting to the Audience, (6) Using Graphics, (7) Composing and Assembling, (8) Verifying the Logic and Emphasis and (9) Ensuring Brevity and Accuracy. The contractor shall develop student course materials and instructor teaching materials as specified in the Performance Work Statement (PWS) as well as administer and teach the sessions of Environmental Writing on the dates and at the locations specified in the PWS. Classes will be held in Government furnished spaces in Huntsville, Alabama. All instructors for this course shall have a Bachelor's degree from an accredited institution in a discipline related to the course topic with advanced degrees being evaluated positively. The instructor will have taught adult learners for 80 or more hours during the past three years in environmental subjects to be evaluated satisfactory. The assistant instructor should have 40 hours or more of teaching experience with adult learners during the past three years. This teaching experience should have focused on the course topic. Teaching experience for all instructors should include instructing adult learners in a work-related environment rather than an academic setting. The course will be approximately four (4) days long with approximately six (6) hours of instruction per day. The contractor will be reimbursed for travel and per diem in accordance with the Joint Travel Regulation (JTR). Period of performance will be a one (1) year base period and three (3) one-year option periods for a total of four (4) years possible. Prior Government contract experience is not required for submitting a response under this Sources Sought Notice or for submitting a proposal under the planned solicitation. All performance must comply with all Federal, State and local laws, ordinances, codes and regulations. In addition, OCONUS work may be required and will be in compliance with host nation requirements. All responsible sources interested in this acquisition are encouraged to register with the Federal Business Opportunities (FedBizOps) website as an interested vendor. Companies are also encouraged to register on the FedBizOps website to receive notification with regard to any updates posted to the FedBizOps website for this acquisition. Interested vendors who meet the capability requirements identified in this notice are requested to respond, in the form of a capability statement, to this Sources Sought Notice. All such responses will be considered by the agency. Responses to this Sources Sought Notice shall be submitted as follows. Submissions not in compliance will not be reviewed. a. One (1) Microsoft Word document shall be E-mailed to the following address: Betty.Pettigrew@usace.army.mil Reference: USACE Environmental Writing Course. The Word document shall not exceed 15 pages total and not exceed 5MB in size. The document shall provide responses to the following questions: 1. Vendor's name, address, point of contact, phone number, E-mail address, CAGE code, business size, 8(a) status, HUBZone status, and Service-Disabled Veteran Owned (SDVO) status if applicable. 2.Would you be proposing this project as a single contractor, prime contractor with subcontractor(s), prime contractor with team member subcontractor(s), or as a joint venture? If proposing as a joint venture, confirm if this will be an SBA8(a), HUBZone, or SDVO joint venture. Identify, to the extent possible, your team members. If a teaming arrangement is planned, give details to the extent practicable on how the team likely will be composed. See FAR 9.6 for Government policy on teaming arrangements. 3. Explain your (or teams/joint ventures) capability of performing work in the required geographic locations to include OCONUS locations in Europe, Korea and other identified sites. 4.Explain your (or teams/joint ventures) capability to produce course manuals and other instruction data to include lesson plans, pre and post tests, learning objectives, audio visual aids and student learning objectives. Past performance on similar contracts, Government or civilian, within the past three (3) years should be included. Point of Contract Betty Pettigrew, (256) 895-2533 E-mail Address: Betty.Pettigrew@usace.army.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA87/W912DY-12-T-0104/listing.html)
- Place of Performance
- Address: USACE HNC, Huntsville P. O. Box 1600, Huntsville AL
- Zip Code: 35807-4301
- Zip Code: 35807-4301
- Record
- SN02701103-W 20120322/120320235810-d29a78046cb2c439ee1c609a93cada11 (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 |