U.S. Army Continuing Education Program Services
SOURCES SOUGHT SYNOPSIS U.S. Army Continuing Education (ACES) Program Support for Headquarters, U.S. Army Installation Management Command (HQ IMCOM) W9124J-19-R-ACES THIS IS A Sources Sought Notice ON... SOURCES SOUGHT SYNOPSIS U.S. Army Continuing Education (ACES) Program Support for Headquarters, U.S. Army Installation Management Command (HQ IMCOM) W9124J-19-R-ACES THIS IS A Sources Sought Notice ONLY. The U.S. Government desires to procure United States Army Continuing Education Program Support Services as described in the attached DRAFT Performance Work Statement and DRAFT Technical Exhibit 1, CME Workload Spreadsheet, supporting a small business program, provided two (2) or more qualified small businesses respond to this sources sought synopsis with information sufficient to support a set-aside. Be advised the Government will not be able to set aside this requirement if two (2) or more small businesses do not respond with information to support the set aside. We encourage all small businesses, in all socioeconomic categories (including 8(a) Business Development Program, Small Disadvantaged Business, Historically Underutilized Business Zone, Service-Disabled Veteran-Owned, and Women-Owned Small Business concerns) to identify their capabilities in meeting the requirement at a fair market price (i.e. information which may support a set-aside). This notice is issued solely for information and planning purposes - it does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future. This notice does not commit the U.S. Government to contract for any supply or service. Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this sources sought notice. The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder. Not responding to this notice does not preclude participation in any future RFQ or IFB or RFP, if issued; however, maximum participation is highly encouraged. If a solicitation is released, it will be synopsized on the Governmentwide Point of Entry. It is the responsibility of potential offerors to monitor the Governmentwide Point of Entry for additional information pertaining to this requirement. The anticipated NAICS code is 611710, Educational Support Services, with a size standard of $15M. If an interested vendor believes they can provide services which meet or exceed the requirements under a different NAICS code, please respond to this Sources Sought document and provide the appropriate NAICS code that encompasses the preponderance of the work with a brief explanation why you believe it is appropriate. A continuing need is anticipated for the U.S. Army Continuing Education Program Support services, which are currently provided under the following contract: Current Contract Number: W9124J-17-C-0018 Current Contractor Information: Indtai, Inc., 2095 Chain Bridge Road, Suite 300, Vienna, VA 22182 Period of Performance: 28 Jan 17 - 27 Jan 20 Current Contract Total Value: $36,561,295.25 In response to this sources sought, please provide: 1. Name of the firm, point of contact, phone number, email address, DUNS number, CAGE code, a statement regarding small business status (including small business type(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) and the corresponding NAICS code. 2. Your firm's intent in competing for this requirement as a prime contractor and identify any subcontracting, joint ventures or teaming arrangement that will be pursued, if any. 3. Information in sufficient detail regarding previous military education experience (indicate whether as a prime contractor or subcontractor) on similar requirements (include size, scope, complexity, timeframe, government or commercial), pertinent certifications, etc., that will facilitate making a capability determination. 4. Information to help determine if the requirement is commercially available, including pricing information, basis for the pricing information (e.g., market pricing, catalog pricing), delivery schedules, customary terms and conditions, warranties, etc., as used by the industry. 5. Identify how the Army can best structure these contract requirements to facilitate competition by and among small business concerns. 6. Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition. Please contact the MICC Advocate for Competition, Scott Kukes, at scott.d.kukes.civ@mail.mil or 210-466-3015, if you believe that this action is unreasonably restricting competition. Include the subject of the acquisition, this announcement, and the MICC POC information from the FedBizOpps notice. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion. 7. Recommendations to improve the approach/specifications/draft PWS/PRS to acquiring the identified items/services. 8. Any questions you might have about the Performance Work Statement which may help us further define the requirement. Please understand you will not receive a response to your individual question(s), but they may be addressed in future iterations of the Performance Work Statement. 9. Identify the appropriate GSA Governmentwide Acquisition Contract/Schedule and your individual contract number that you believe this requirement would be a good fit for. 10. Additionally, please provide feedback on the following questions: •a. As this is a large project, do you have experience with personnel staffing on a broad (i.e., worldwide) nature? Do you have any experience providing services in a geographically dispersed contract? If so, please describe your capabilities. •b. Do you have experience with the Department of Defense Contractor Personnel Office (DOCPERS) process and/or the Status of Forces Agreement (SOFA) process? If so, please describe your capabilities. •c. Based upon your understanding of the DRAFT Performance Work Statement, how would you deal with/staff for anticipated extended absences of the workforce, i.e., long illnesses, leave or military reserve duty? •d. Education is seen as an Army Commander's program. What would that mean to you in your approach in hiring and retaining staff? •e. The Government is considering the potential of either a Single Award or Multiple Award Indefinite Delivery/Indefinite Quantity (ID/IQ) contract for this requirement. Based upon your understanding of the requirement, provide comments on which contract type you believe would best meet the ACES Program Support requirement. It is requested interested businesses submit (via e-mail) their completed response (no more than 10 pages in length, single spaced, 12-point font minimum) to the following personnel: Mr. Michael Bilicki, Contract Specialist, michael.t.bilicki.civ@mail.mil, and Ms. Angelic Hatcher, Contracting Officer, angelic.m.hatcher.civ@mail.mil. Submissions must be received at the office cited no later than 12:00 p.m.(noon) (CDT) on Monday, 1 Apr 2019.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »