Virginia Bids > Bid Detail

Training Support Team (J-7)

Agency:
Level of Government: Federal
Category:
  • U - Education and Training Services
Opps ID: NBD00159214185835030
Posted Date: Mar 18, 2024
Due Date: Apr 16, 2024
Source: https://sam.gov/opp/fcba01cfb2...
Follow
Training Support Team (J-7)
Active
Contract Opportunity
Notice ID
HT0011-24-RFI-0195
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEFENSE HEALTH AGENCY (DHA)
Office
DEFENSE HEALTH AGENCY
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Mar 18, 2024 12:43 pm EDT
  • Original Response Date: Apr 16, 2024 12:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: May 01, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: 8(a) Set-Aside (FAR 19.8)
  • Product Service Code: U099 - EDUCATION/TRAINING- OTHER
  • NAICS Code:
    • 541512 - Computer Systems Design Services
  • Place of Performance:
    Falls Church , VA 22042
    USA
Description

The Defense Health Agency Contracting Activity (DHACA), Professional Services Contracting Division (PS-CD), is conducting Market Research to identify qualified sources that may possess the expertise, capabilities, and experience to meet the requirements of The Defense Health Agency (DHA) Training Support Team contract. The DHA is contemplating issuing a solicitation for a competitively awarded contract to a Small Business Administration (SBA) 8(a) Program participant.



The Performance Work Statement (PWS) and Acquisition Strategy for this effort have NOT been finalized and this is NOT a request for proposal. In accordance with Federal Acquisition Regulation (FAR) 15.201, responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Contractors responding to this request are advised that participation does NOT ensure opportunities for future solicitations or contract awards. The Government will NOT reimburse any Contractor or individual for any expenses associated with preparation or participation in this request for information.



Selected sections from a Draft PWS are included in Attachment 1 of this RFI and describe the tasks and capabilities required to provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, other items and non-personal services necessary to perform tasks associated with the DHA Training Support Team, except for those items identified as Government Furnished Equipment (GFE). The Contractor shall perform to the standards in the contract. All responsible Contractors, whether potential prime Contractors or subcontractors, are encouraged to review the requirements in their entirety to ensure a clear understanding.



Requested Information and Instructions:



The DHA anticipates a competitively awarded contract to an SBA 8(a) Program Participant. The period of performance will be for a 12-Month Base Period and four 12-Month Option Periods. The North American Industrial Classification (NAICS) code for this acquisition is 541512, Computer Systems Design Services, with a Size Standard of $34M; Product/Service Code: U099, Education/Training - Other.



Contractors will be required to be registered through the System for Award Management (SAM) at https://www.sam.gov/portal/SAM/#1 to be eligible for award of Government contracts.



Interested Sources in the DHA Training Support Team requirement must COMPLETELY address all of the following instructions and questions in their entirety via the Contracting Officer, Linda Walker (linda.m.walker38.civ@health.mil) and Janet Lee (janet.h.lee4.civ@health.mil).






  • First, review the notification and provide e-mail notification of your interest in this requirement and intent to respond to the questions/instructions below.

  • Then, in the response/ capability submission, provide contractor's name, address, points of contact to include phone numbers and any designations, state whether your company is small or large business, etc. Provide an opinion whether this NAICS code fits the requirement. If not, which NAICS code would you suggest and why?

  • Provide documentation that supports your company’s capability or a plan to meet ALL of the RFI requirements/mission areas. Describe corporate experience providing the same or similar services to the requirement areas. Experience can be either for the public or for Government agencies. Describe your company’s experience, processes, and abilities in transitioning into a new requirement similar in size and requirements as in this RFI.

  • Please identify if your company is interested in priming as a standalone prime opportunity. In accordance with FAR 9.6, Contractor Team Arrangements (CTAs) are acceptable. Please explain in detail any teaming arrangements and how your team could meet the DHA Training Support Team requirements, including past performance.

  • If a Contractor believes the requirements identified in the Specific Tasks or in these instructions contain an error(s), omission(s), or are otherwise unsound, the Contractor shall immediately notify the above points of contact via e-mail, with supporting rationale as well as the remedies the Contractor is asking to be considered as related to the omission(s) or error(s).

  • Since contracts and option periods may be awarded subject to the availability of funding, explain how the company will ensure the ability to acquire and retain skilled personnel, including retention during times of limited tasks.





Questions and Response Guidelines:



Questions and Answers: All questions are due by NLT 12:00 PM EST on 26 March 2024. Answers to questions will be posted NLT 3:00 PM EST on 2 April 2024 unless otherwise stated via amendment to the RFI. Submit all questions in an excel format.



Responses: All responses to the instructions are due by NLT 12:00 PM EST on 16 April 2024. The response to this request for information is limited to no more than 15 pages (8.5x11 inches), single spaced, 12pt font, in MS Word document or Rich Text File format. In addition, identify a representative to support further Government inquiries and requests for clarification of the information provided. The response should not exceed a 5 MB e-mail limit for all items associated with the RFI response. Responses may be limited to answering only the most relevant questions at the respondent’s discretion. System for Award Management (SAM) will be the sole repository for all information related to this RFI.



All questions, comments, suggestions should be sent via an e-mail to Ms. Linda Walker (linda.m.walker38@health.mil) and Janet Lee (janet.h.lee4.civ@health.mil, Contracting Officers.


Attachments/Links
Contact Information
Contracting Office Address
  • PROF SERVICES CONTRACTING DIV PS-CD 7700 ARLINGTON BLVD.
  • FALLS CHURCH , VA 22042
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Mar 18, 2024 12:43 pm EDTSources Sought (Original)

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 >