Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 11, 2013 FBO #4339
SOURCES SOUGHT

U -- Domestic Violence Interactive Role Play Training.

Notice Date
10/9/2013
 
Notice Type
Sources Sought
 
NAICS
611699 — All Other Miscellaneous Schools and Instruction
 
Contracting Office
MICC - Fort Hood, Directorate of Contracting, 761st Tank Battalion Avenue, Room W103, Fort Hood, TX 76544-5025
 
ZIP Code
76544-5025
 
Solicitation Number
W91151-14-T-0517
 
Response Due
10/18/2013
 
Archive Date
12/8/2013
 
Point of Contact
Jacqueline D. Albert, 254-553-9319
 
E-Mail Address
MICC - Fort Hood
(jacqueline.d.fulleralbert@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This This sources sought notice is issued for information and planning purposes only. request for information should not be construed as a commitment or authorization to incur costs in anticipation of any procurement. A short synopsis of required services extracted from the PWS is as follows: The Contractor shall provide all personnel, management, quality control, and any other supplies and services (not government furnished) necessary to develop and execute domestic violence prevention training, which includes a form of interactive role plays to support the Fort Hood Re-integration Training. The Contractor shall develop an interactive, branching storyline script. The Contractor shall provide all requirements for script content and writers, performers, understudies and all other requirements to produce and perform the training and role plays. The Contractor shall execute a 15-20 minute role play as part of the 1 hour facilitated interactive training sessions for each session. Training sessions shall be conducted on Wednesday 3 times per day (1 day per week) and 4 days per month. The performance period is 17 March 2014 - 16 March 2015. The performance period includes times for submission and approval of skit contents and rehearsals. The anticipated date for 1st training session is 19 March 2014. The Contractor shall be responsible for assembly and disassembly of all production and performance equipment. If/when a scheduled training day changes, the Government will notify the Contractor of the change at least 72 hours before the scheduled training day. All training performances will be conducted on Fort Hood and its responsible areas. The Contractor shall perform all work identified in this PWS to professional writer and actor theatrical standards. The Government's primary objectives are: To promote domestic violence prevention awareness to Soldiers, Family members, military leaders and DA civilians. To recognize the types, red flags, signs/symptoms of abuse and understand the dynamics of spouse/intimate partner, child maltreatment and neglect. Examine the impact of abusive behavioral responses upon the victim, affected Family members, the offender, Family and mission readiness. To equip participants with information on reporting options to encourage self, command and community referrals. To demonstrate and promote the practice of bystander, peer to peer, support agencies, and command intervention by Fort Hood Leaders, military personnel, and Family members to prevent and intervene safely in incidents of abuse. Assist participants to gain knowledge, insight and skills that will positively influence future behavioral responses to relationship challenges that promote well-being and resiliency. To ensure all members of the military community are aware of tools, programs, services, and resources available to address stressors generated by relationship challenges Provide information and education designed to support strong, self-reliant Families and to enhance coping skills. To reduce the rate of Family violence incidents Fosters practice of individual well-being, community safety, promote personnel preparedness, self-sufficiency and community cohesion. Personnel: The Contractor shall provide sufficient personnel to execute all work requirements within established standards and timelines, and possessing the skills, knowledge, and training to satisfactorily perform the services required by this contract. The script writers must have a working knowledge and understanding of the military lifestyle, types and dynamics of Family violence and the impact of abuse upon the victim, affected Family members, the offender and community. Personnel performing work under this work statement shall remain employees of the Contractor and will not be considered employees of the Government. To be considered for award, the Contractor MUST have a TOP SECRET FACILITY CLEARANCE. The Government anticipates a 12-month period of performance. The North American Industry Classification System (NAICS) code for this requirement is 611699, All Other Miscellaneous Schools and Instruction. Small Business Size Standard is $10,000,000.00. Interested parties should submit a Statement of Capability indicating qualifications and capability to perform any/all of the services described above. Information should include any relevant past job experience in providing same/similar services. Identify the types of services you have performed, which services you have not performed but have the capability to perform, and how long it would take you to be technically and financially prepared to begin performance. The responses must be sufficient to permit agency analysis to establish a bona fide capability to meet the requirements. Include business size and type (i.e., Small Business, Small Disadvantaged Veteran Owned Small Business, Woman Owned Small Business, Section 8(a) Small Business, or Large Business) in relation to the size standard for NAICS 611699. No Government contract can be awarded to a vendor who is not actively registered in the System for Awards Management (SAM). For information regarding registration requirements, you are encouraged to visit https://www.sam.gov. All information collected in response to this request for information will become property of the U.S. Army and will not be returned. All Responses must be provided no later than 4:00 P.M. CST, 18 October 2013. Firms should provide their information via email to Jacqueline Albert, Contract Specialist, at jacqueline.d.albert.civ@mail.mil (254-553-9319), and courtesy copy Ms. Leeann Burk, Contract officer, at leeann.Burke.civ@mail.mil (254) 287-3208.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/b455e758cfac877a66630323c1895cae)
 
Place of Performance
Address: MICC - Fort Hood Directorate of Contracting, 761st Tank Battalion Avenue, Room W103 Fort Hood TX
Zip Code: 76544-5025
 
Record
SN03214210-W 20131011/131009234226-b455e758cfac877a66630323c1895cae (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.