SAPRO D-SAACP Support
1. The Defense Human Resources Activity (DHRA) is issuing this Sources Sought Notice as a means of conducting market research to identify parties having an interest in, and the resources for, providin... 1. The Defense Human Resources Activity (DHRA) is issuing this Sources Sought Notice as a means of conducting market research to identify parties having an interest in, and the resources for, providing services in accordance with the attached, draft Performance Work Statement (PWS) for the Department of Defense Sexual Assault Advocate Certification Program (D-SAACP). The Government requires contractor services to support D-SAACP which includes developing and facilitating training that follows psychometric theory and best practices and administering credentialing approvals through the National Advocate Credentialing Program (NACP) for DoD personnel. This notice shall not be construed as a formal solicitation or an obligation on the part of the Government to acquire any products or services. In addition, it does not guarantee that a subsequent solicitation will be issued. Submission of any information in response to this Sources Sought Notice is voluntary and will assist in selecting the appropriate solicitation type/method. Costs associated with any submission shall not be reimbursed by the Government. THE GOVERNMENT IS NOT SEEKING PROPOSALS AND WILL NOT ACCEPT UNSOLICITED PROPOSALS. 2. The proposed NAICS for this effort is 813920, "Professional Organizations." (size standard $15M). Comments on this NAICS and suggestions for alternative codes must include supporting rationale. 3. The Government is specifically performing Market Research to see if there are potential vendors who can provide the following per the attached draft Performance Work Statement (PWS): The Contractor shall provide sexual assault response subject-matter expertise and national credentialing administration support of D-SAACP, specifically developing advanced training opportunities, to include the following: The ability to provide a nationally recognized sexual assault victim advocate credential to DoD personnel providing direct services to adult sexual assault victims in the DoD community. The subject-matter expertise to assess applications, communicate knowledgably to applicants about their applications, and fully process application packets to ensure DoD and national standards are met; subject-matter expertise to develop, scenario-based training modules with measurable assessments that provide CEUs for D-SAACP-specific competencies, as required by the government. Deliver expert training for approved webinars and in-person trainings related to sexual assault response to military personnel. SUBMISSION INFORMATION: A. COVER SHEET - 1 page 1. Vendor name, address, website, Data Universal Numbering Systems (DUNS) Number, and Commercial and Government Entity (CAGE) Code. 2. Point of contact to include e-mail address and telephone number. 3. Type of business, including socio-economic category (Large, Small, 8(a) Participant, Small Disadvantaged Business, HUBZone, Woman-Owned Small Business, Service-Disabled Veteran-Owned Small Business, or Non Profit) 4. If applicable, GSA contract number, schedule. B. CAPABILITIES STATEMENT & MARKET INFORMATION (Responses to the section below should be no more than 10 pages) 1. Please describe your organization's breadth of expertise/competency to respond to the draft PWS. Critical functions to be provided include: • Subject-matter expertise to assess D-SAACP applications, communicate with applicants on sexual assault response, ability to administer the D-SAACP and provide a nationally recognized sexual -assault victim advocate credential to DoD personnel proving direct services to adult sexual assault victims. • The subject-matter expertise and ability to facilitate training curriculum review, and credential approvals for DoD personnel performing direct services to victims of sexual assault with the National Advocate Credentialing Program for DoD personnel. • Analyze all new, renewal, revocations, and reinstatements for DoD personnel application packages against all DoD credentialing requirements. • Execute the application process to include: receiving, reviewing, tracking, processing approvals, renewals, revocations, reinstatements, and issuing credentials to all DoD applicants. All applications must be processed within 120 days of receipt. • Track application packages throughout the application lifecycle in accordance with DoD privacy and record storage requirements. • Capture, track, and report data as required by SAPRO. • Comply with all DoD and Federal Information Assurance and Privacy rules and regulations, as required (i.e. DoDD 5400.11, "Department of Defense Privacy Program" and DoD 5400.11-R, "Department of Defense Privacy Program"). • Ability to design pre and post assessments that follow psychometric theory and best practices, to verify applicants' ability to demonstrate program core competencies. • Ability to post a link on vendor website to SAPR.mil, which will allow applicants to get further information about the military's sexual assault prevention and response programs. • Ability to post website content on vendor website to inform readers about the D-SAACP Experience. • Develop scenario-driven training modules with measurable assessments that provide CEUs for D-SAACP specific competencies as required by the government. Deliver webinars and in-person trainings related to sexual assault response to military personnel. • Travel supporting associated briefings, webinars and working groups within CONUS locations no more than 20 times per year. 2. Industry feedback is requested on the draft PWS for this requirement. Please list any challenges or potential performance roadblocks related to fulfilling the draft PWS requirements and any suggestions for improving the draft PWS language. Additionally, the Government seeks answers to the following questions concerning this requirement. Please consider providing responses: - Your opinion about the difficulty and/or feasibility of the potential requirement or proposed acquisition, possible solutions and approaches that may currently exist in the marketplace, and information regarding innovative ideas or concepts; - Your staff expertise, including your availability, experience, formal training, and any other training; - Your current in-house capability and capacity to perform the work. C. BACKGROUND/PAST EXPERIENCE (Response to the section below should be no more than 6 pages) Provide the following information on two (2) similar projects in an environment of similar scale completed within the last five (5) years for which the responder was a prime or sub-contractor. 1. The name and value of each project; 2. The name, address, telephone and email address for point of contact; 3. A description of each project, including challenges and successes; and 4. Your company's role and services provided for each project. All interested and capable contractors are encouraged to respond. Respondents will not be notified of the results of the Sources Sought evaluation. The Government will not provide answers to questions submitted in response this Notice however, the Government will consider any questions and/or information submitted by vendors, in finalizing the draft PWS. Additionally, the results of this Sources Sought Notice will assist the Contracting Officer in determining whether an 8(a), Service-Disabled Veteran-Owned Small Businesses (SDVOSB), Certified HUBZone Small Business, Woman-Owned Small Businesses (WOSB), Small Business set-aside, or full and open competition is an acceptable strategy for this procurement. Responses to this synopsis may be used to aid in establishing realistic, achievable small business participation goals. Interested contractors must be registered in the System for Award Management (SAM) in order to conduct business with the Government. Responders are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this Sources Sought Notice; all costs associated with responding will be solely at the interested party's expense. All information received in response to this submission that is clearly marked Proprietary will be handled accordingly. Acknowledgement of receipt of responses will not be made and submissions to this Sources Sought Notice will not be returned. The information provided in this Sources Sought Notice is subject to change and is not binding on the U.S. Government. RESPONSE DUE DATE: 12:00 PM ET on April 16, 2019 The Government requests that all responses be returned by 12:00 PM ET on April 16, 2019. All responses shall be submitted electronically to the DHRA Contracting Directorate (PK) points of contact: Anne Ditch, Contract Specialist, anne.t.ditch.civ@mail.mil and Matt Poole, Contracting Officer, matthew.c.poole.civ@mail.mil Interested vendors may additionally contact the Small Business Point of Contact to discuss this requirement: Ms. Tammy Proffitt, Tammy.j.proffitt2.civ@mail.mil.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »