United States Army Marksmanship Unit (USAMU) Leadership Training

expired opportunity(Expired)
From: Federal Government(Federal)
PANMCC24P0000008818

Basic Details

started - 20 Mar, 2024 (1 month ago)

Start Date

20 Mar, 2024 (1 month ago)
due - 22 Mar, 2024 (1 month ago)

Due Date

22 Mar, 2024 (1 month ago)
Bid Notification

Type

Bid Notification
PANMCC24P0000008818

Identifier

PANMCC24P0000008818
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (709016)DEPT OF THE ARMY (133113)AMC (72615)ACC (74990)MISSION & INSTALLATION CONTRACTING COMMAND (25835)FDO SAM HOUSTON (2806)W6QM MICC-FT KNOX (1690)

Attachments (1)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

SOURCES SOUGHT NOTICEThis is a Sources Sought Notice ONLY. The U.S. Government desires to procure Olympic, world-class level performance psychology and leadership training for United States Army Marksmanship Unit (USAMU) Soldiers description of supply or service. on a small business set-aside basis, provided two (2) or more qualified small businesses respond to this notice with information sufficient to support a set-aside. Be advised that the U.S. 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 Disadvantage Business, Historically Underutilized Business Zone, Service-Disabled Veteran-Owned, Women-Owned Small Business concerns), to identify their capabilities in meeting the requirement at a fair market price.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 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 any is issued. If a solicitation is released, it will be synopsized on the Government wide Point of Entry (GPE). It is the responsibility of potential offerors to monitor the GPE for additional information pertaining to this requirement. The anticipated NAICS code is 611430 Professional and Management Development Training as this industry comprises establishments primarily engaged in offering an array of short duration courses and seminars for management and professional development. Training for career development may be provided directly to individuals or through employers ‘training programs, and courses may be customized or modified to meet the special needs of customers. Instruction may be provided in diverse settings, such as the establishment’s or client's training facilities, educational institutions, the workplace, or the home, and through diverse means, such as correspondence, television, the Internet, or other electronic and distance-learning methods. The training provided by these establishments may include the use of simulators and simulation method. The size standard is $15,000,000.00. The contractor must provide training, coaching, Myers-Briggs Personality Assessments, workbooks, venue and meals in accordance with the terms, conditions and specifications set forth in the Draft Performance Work Statement. (PWS). The required services will be performed on two, 2-day sessions on April 29 – 30, 2024 and May 1 – 2, 2024. The contractor shall perform to the standards in the PWS. The contract is anticipated to be a Firm Fixed-Price contract.Responses to this notice shall be electronically submitted to the Contracting Officer Rodrique King, rodrique.o.king.civ@army.mil and Contract Specialist, Connie A. Campbell at connie.a.campbell.civ@army.mil no later than March 22, 2024 at 9:00 AM ET (Fort Knox local time). All questions must be submitted to the Contracting Officer and Contract Specialist identified above. No phone calls will be accepted. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to this Sources Sought.Limitations on subcontracting and nonmanufacturer rule do not apply to small business set-asides for contracts at or below the Simplified Acquisition Threshold (SAT). It does apply to 8(a), HUBZone, SDVOSB, EDWOSB, and WOSB set-asides regardless of the dollar value of the award. Small business contractors awarded contracts above the SAT are required to comply with Federal Acquisition Regulation (FAR) 52.219-14, Limitations on Subcontracting when utilizing subcontractors. The penalty for non-compliance is the greater of (A) $500,000.00 or (B) the dollar amount expended, in excess of permitted levels.In response to this notice, 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. Identify whether your firm is interested in competing for this requirement as a prime contractor or not. Identify subcontracting, joint ventures or teaming arrangement that will be pursued, if any.3. Information in sufficient detail regarding previous 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.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 210-466-2269, 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 sam.gov notice. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion.

Columbus ,
 GA   USALocation

Place Of Performance : N/A

Country : United StatesState : GeorgiaCity : Columbus

Office Address : KO DIRECTORATE OF CONTRACTIN BLDG 1109B RM 250 FORT KNOX , KY 40121-5000 USA

Country : United StatesState : KentuckyCity : Fort Knox

Classification

naicsCode 611430Professional and Management Development Training
pscCode U008Training/Curriculum Development