Georgia Bids > Bid Detail

Joint Curriculum Instructional Support (JCIS)

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • U - Education and Training Services
Opps ID: NBD00159968399119592
Posted Date: Oct 17, 2022
Due Date: Oct 21, 2022
Solicitation No: 0011859224
Source: https://sam.gov/opp/73b4896724...
Follow
Joint Curriculum Instructional Support (JCIS)
Active
Contract Opportunity
Notice ID
0011859224
Related Notice
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
FDO EUSTIS
Office
W6QM MICC-FT GORDON
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Updated)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Oct 17, 2022 02:30 pm EDT
  • Original Published Date: Oct 05, 2022 10:47 am EDT
  • Updated Response Date: Oct 21, 2022 02:30 pm EDT
  • Original Response Date: Oct 19, 2022 11:00 am EDT
  • Inactive Policy: 15 days after response date
  • Updated Inactive Date:
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: U008 - EDUCATION/TRAINING- TRAINING/CURRICULUM DEVELOPMENT
  • NAICS Code:
    • 611430 - Professional and Management Development Training
  • Place of Performance:
    Fort Gordon , GA 30905
    USA
Description

THIS IS A Sources Sought Notice ONLY. The U.S. Government desires to procure a non-personnel services contract to provide technical Instructor/Writer Support for the Cyber School, Cyber Center of Excellence (CCoE), Fort Gordon, Georgia, on a on a small business set-aside basis, provided 2 or more qualified small businesses respond to this sources sought synopsis with information sufficient to support a set-aside. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. 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 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 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 any is issued. If a solicitation is released, it will be synopsized on the Government wide Point of Entry. It is the responsibility of potential offerors to monitor the Government wide Point of Entry for additional information pertaining to this requirement. The anticipated NAICS code is 611430 Professional and Management Development Training with a size standard of $13.0M.



A need is anticipated for contractor support at U.S. Army Cyber School for Instructional Support. The estimated staffing matrix can be found in Technical Exhibit 2. All instructor/writers associated with this effort will instruct, update, and revise products in accordance with (IAW) Training and Doctrine Command (TRADOC) Regulation 350-70, TR PAM 350-70 Series (1-16) and all applicable regulations, Cyber School Training Development Standard Operating Procedures (SOP), and to conform with guidance provided by USCYBERCOM training development/oversite policies and guidance. All updated and revised products will be submitted to the Government for review, approval, and submission to the appropriate agencies. Products will be reviewed for educational soundness, conformance with the schools training philosophy, adherence to MOS training strategy, accuracy, deficiencies, and compliance with published guidance. In updating and revising products the instructor/writers will plan, organize, and carry out special studies, analysis, and evaluations effecting resident and nonresident training. Except for property and services specified as government furnished, the contractor will provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform instructional support as defined in this Performance Work Statement. Attached is the draft Performance Work Statement (PWS) with Performance Requirements Summary (PRS) and Technical Exhibits with workload data.



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. Does the company have a GSA Schedule contract? If so provide the GSA Schedule contract number.



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. Identify what percentage of work will be performed by the small business prime contractor and all similarly situated entity subcontractors. Note: In accordance with FAR 52.219-14 Limitations on Subcontracting (DEVIATION 2021-O0008) “Similarly situated entity” means a first-tier subcontractor, including an independent contractor, that has the same small business program status as that which qualified the prime contractor for the award and that is considered small for the NAICS code the prime contractor assigned to the subcontract the subcontractor will perform. An example of a similarly situated entity is a first-tier subcontractor that is a HUBZone small business concern for a HUBZone set-aside.



4. Identify type(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) of the proposed subcontractors.



5. 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.



6. Identify how the Army can best structure these contract requirements to facilitate competition by and among small business concerns.



7. Recommendations to improve the approach/specifications/draft PWS/PRS to acquiring the identified items/services.



8. 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 Sources Sought Synopsis notice. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion.




  1. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion.



9. Submit your response to this Sources Sought, including any capabilities statement, to the Contract Specialist, Ashley Scott in either Microsoft Word or Portable Document Format (PDF), via email ashley.t.scott3.civ@army.mil No Later Than 11:00 a.m. EST on October 19, 2022, and reference this synopsis number in subject line of e-mail and on all enclosed documents. Information and materials submitted in response to this request WILL NOT be returned. DO NOT SUBMIT CLASSIFIED MATERIAL.


Attachments/Links
Contact Information
Contracting Office Address
  • KO DIRECTORATE OF CONTRACTIN BLDG 29718 419 B STREET
  • FORT GORDON , GA 30905-5719
  • 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 >