Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 26, 2017 FBO #5663
SOURCES SOUGHT

R -- Fire Center of Excellence - DRAFT PWS

Notice Date
5/24/2017
 
Notice Type
Sources Sought
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
Department of the Army, Army Contracting Command, MICC, MICC - Fort Eustis (Joint Base Langley-Eustis), Building 705, Washington Blvd, Fort Eustis, Virginia, 23604-5538, United States
 
ZIP Code
23604-5538
 
Solicitation Number
W911S0-17-FCoE
 
Archive Date
7/10/2017
 
Point of Contact
Ronald L. Moton, Phone: 7575018155
 
E-Mail Address
ronald.l.moton.civ@mail.mil
(ronald.l.moton.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
DRAFT PWS This Sources Sought Notice (SSN) is for planning and information purposes only and shall not be construed as a commitment or a promise of a contract by the Government. This is not a solicitation. This notice does not constitute an Invitation for Bid (IFB), Request for Quote (RFQ) or Request for Proposal (RFP), nor does it restrict the Government as to the ultimate acquisition approach. The Government will not reimburse respondents for any costs incurred in preparation of a response to this notice. For the purpose of this acquisition, the NAICS code is 541990. Information received in response to this notice will be used to further define the government's requirement and determine if two (2) or more capable small businesses respond with information sufficient to support a small business set-aside. We encourage all small business concerns, in all socioeconomic categories (including, 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service-Disabled Veteran-Owned, Women-Owned Small Business concerns), to identify their capabilities in meeting the requirement. This requirement is to provide United States Army Fires Center of Excellence (FCoE) at Fort Sill, Oklahoma (OK) a full spectrum of performance-oriented training requirements which includes but is not limited to classroom, hands-on, simulation/virtual, field environment and exercises, combat scenario driven, and live fire in a realistic and safe environment. Training requirements are for resident and non-resident training courses and in support of Mobile Training Teams (MTTs). Conduct of instruction is in support of specialized training requirements or the training of new systems. This Sources Sought Notice is issued for maximizing competition. Should anything in the requirement be construed as limiting competition, please contact the MICC Advocate for Competition, Mr. Scott Kukes, at scott.d.kukes.civ@mail.mil or 210-466-3015. Include the subject of the acquisition. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion. Attachment 1 - DRAFT PWS. Please submit any questions or recommendations you have on the DRAFT PWS separately from the questions listed below. Please provide a concise capability brief that addresses the following: 1. Identification of Business Size (Small or Large Business) under NAICS Code 541990, and any additional socio-economic status, i.e., Service-Disabled Veteran Owned Small Business, HUBZone certified, 8(a) certified, Woman-Owned Small Business, etc. 2. Identify whether your firm is interested in competing for this requirement as a prime contractor or not. Address any subcontracting, joint ventures or teaming arrangement you may use to perform the requirement to include possible "similarly situated entities" (same small business status) subcontractor(s). 3. Identify how the Army can best structure these contract requirements to facilitate competition by and among small business concerns. 4. Is the North American Industry Classification System code (NAICS) 541990 appropriate for this requirement? If not, what would you recommend? 5. In the PWS, under Part 5, Specific Tasks/Requirements, can you support all the services listed under the primary task areas? If not, which primary task areas can you perform? Industry Questions: The Government is interested in receiving responses from interested sources that describe the technical capability to fulfill the Government's requirements. 1. Describe your overall experience in supporting services as they relate to the FCoE TMS requirement. 2. Briefly address your experience: a. Filling unexpected vacancies to ensure there would be no gap in services. b. Meeting any surge requirements, specifically if some were to occur simultaneously. c. Managing multiple courses occurring onsite and other locations simultaneously. d. Attracting and retaining qualified contract employees to meet the requirements of this PWS. e. Experience in supporting short and long term training requirements in the Continental United States (CONUS) and outside the United States (OCONUS) simultaneously. 3. Do you currently posses a facility clearance at the Secret/Restricted Data Level and/or Top Secret level?
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/be3361d3d21e8696701e882911cd7ed3)
 
Place of Performance
Address: The work is to be performed primarily at Fort Sill, OK with temporary duty at other locations outside the Continental United States (OCONUS) within and outside the Continental United States (CONUS). Each task order will specify the locations., United States
 
Record
SN04521005-W 20170526/170524235644-be3361d3d21e8696701e882911cd7ed3 (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.