Texas Bids > Bid Detail

Military Skills Enhancement

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 69 - Training Aids and Devices
Opps ID: NBD00159569337976266
Posted Date: Nov 1, 2022
Due Date: Nov 8, 2022
Solicitation No: W91151-23-R-0001
Source: https://sam.gov/opp/9d37361a80...
Follow
Military Skills Enhancement
Active
Contract Opportunity
Notice ID
W91151-23-R-0001
Related Notice
W91151-23-R-0001
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
AMC
Sub Command
ACC
Sub Command 2
MISSION & INSTALLATION CONTRACTING COMMAND
Sub Command 3
418TH CSB
Office
W6QM MICC-FDO FT HOOD
General Information
  • Contract Opportunity Type: Special Notice (Original)
  • All Dates/Times are: (UTC-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Nov 01, 2022 09:51 am CDT
  • Original Response Date: Nov 08, 2022 03:00 am CST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code:
  • NAICS Code:
  • Place of Performance:
    Fort Hood , TX 76544
    USA
Description

SOURCES SOUGHT



Military Skills Enhancement (MSE)







INTRODUCTION





The Mission and Installation Contracting Command (MICC) at Fort Hood, Texas is issuing this sources sought synopsis as a means of conducting market research to identify parties having an interest in and the resources to support the requirement for Military Skills Enhancement (MSE) to Fort Hood, Texas.





BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/ MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR SMALL BUSINESSES (IN FULL OR IN PART) OR PROCURED THROUGH FULL AND OPEN COMPETITION. All Small business Set-Aside categories will be considered. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions.





PLACE OF PERFORMANCE





Location



% On-Site Government



Fort Hood, Texas



100%





DISCLAIMER





“THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A “REQUEST FOR PROPOSAL (RFP)” TO BE SUBMITTED. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. RESPONSES WILL NOT BE RETURNED TO THE RESPONDER. NOT RESPONDING TO THIS NOTICE DOES NOT PRECLUDE PARTICIPATION IN ANY FUTURE REQUEST FOR QUOTE (RFQ) OR INVITATION FOR BID (IFB) OR RFP, IF ANY 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 INFORMMATION PERTAINING TO THIS REQUIREMENT.”





PROGRAM BACKGROUND





Fort Hood Directorate of Plans, Training, Mobilization, and Security (DPTMS), is designated as the requiring activity for Military Skills Enhancement (MSE). In accordance with these assignments, DPTMS provides technical support.





REQUIRED CAPABILITIES





The objective for performance under this contract is to provide employees, training and supplies in support of MSE instruction, Mission Support G3 Training Division, III Armored Corps and Fort Hood Soldiers, Fort Hood, Texas. The Contractor shall perform the necessary MSE instruction for Soldiers, DA civilians, and Contractor personnel vital to the installation mission. The MSE instruction provides courses taught in Troop School for MOS improvement and other courses, defined by the Government to enhance soldier job performance, provide certification in technical skills, or supplement knowledge, skills and abilities essential to mission success. Further detail is provided in the draft Performance Work Statement (PWS) attached to this announcement (Attachment 1).





If your organization has the potential capacity to perform these contract services, please provide the following information: 1) Organization name, address, email address, Web site address, telephone number, cage code, r419and size and type of ownership for the organization; and 2) Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements.





The Government will evaluate market information to ascertain potential market capacity to: 1) provide services consistent, in scope and scale, with those described in this notice and otherwise anticipated; 2) secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements; 3) implement a successful project management plan that includes: compliance with tight program schedules; cost containment; meeting and tracking performance; hiring and retention of key personnel and risk mitigation; and 4) provide services under a performance based service acquisition contract.





ELIGIBILITY



The Product Service Code is R419, Education Services. Businesses of all sizes are encouraged to respond; however, and each respondent must clearly identify their business size in their capabilities statement.



ADDITIONAL INFORMATION AND SUBMISSION DETAILS (CAPABILITIES STATEMENT)



A draft Performance Work Statement (PWS) and draft Technical Exhibits are provided for review.



Interested parties are requested to submit a capabilities statement of no more than five (5) pages in length in Times New Roman font of not less than 10 pitch. The deadline for response to this request is no later than 10:00 am, (central time zone), 8 November 2022. All responses under this Sources Sought Notice must be e-mailed to delainena.m.martinez.civ@army.mil and angel.d.barkley.civ@army.mil





This documentation must address at a minimum the following items:





1.) What type of work has your company performed in the past in support of the same or similar requirement?





2.) Can or has your company managed a task of this nature? If so, please provide details.





3.) Can or has your company managed a team of subcontractors before? If so, provide details.





4.) What specific technical skills does your company possess which ensure capability to perform the tasks?





5.) Please note that under a Small-Business Set-Aside, in accordance with FAR 52.219-14, the small business prime must perform at least 50% of the work themselves in terms of the cost of performance. Provide an explanation of your company’s ability to perform at least 50% of the tasking described in this PWS for the base period as well as the option periods.





6.) Provide a statement including current small/large business status and company profile to include number of employees, annual revenue history, office locations, DUNs number, etc.





7.) Respondents to this notice also must indicate whether they qualify as an 8(a), Small, Small Disadvantaged, Women-Owned, HUBZone, or Service Disabled Veteran-Owned Small Business Concern.





8.) Include in your response your ability to meet the requirements in the Facility and Safeguarding requirements.





The estimated period of performance consists of a base period and four, 12-month option periods with performance commencing 1 July 2023. All dates are subject to change.





The contract type is anticipated to be firm fixed price with cost line items.





The proposed contract is anticipated to include tasking that would be accomplished by labor categories that are subject to the Service Contract Labor Standards.





Upon evaluation of the capability statements, if it is determined that this requirement will be an unrestricted competition, the Government intends to evaluate the Small-Business responses and conduct further market research to identify a subcontracting goal.





Your response to this Sources Sought, including any capabilities statement, shall be electronically submitted to the Contract Specialist, in either Microsoft Word or Portable Document Format (PDF), via email delainena.m.martinez.civ@army.mil and Contracting Officer, angel.d.barkley.civ@army.mil





All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government.





No phone calls will be accepted.





All questions must be submitted to the contract specialist identified above. 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.




Attachments/Links
Contact Information
Contracting Office Address
  • 36000 DARNALL LOOP
  • FORT HOOD , TX 76544-5025
  • USA
Primary Point of Contact
Secondary Point of Contact
History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >