The RFP Database
New business relationships start here

DOE National Training Center Support Services


District Of Columbia, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

Reference Number: 89303019NEA000006

We received the following questions concerning the Sources Sought Notice:

Question: For an offerorbs corporate experience in providing similar services, will you allow a company to utilize the experience of a sister company or affiliate if the resources of the sister company -its workforce, management, facilities or other resources--will be provided or relied upon for contract performance, such that the parent or affiliate will have meaningful involvement in contract performance?

Response: The information requested is to survey the marketplace to understand the capabilities and capacity of various types of small businesses to perform the effort. In particular, if the firm is able to provide the primary and vital work under this requirement. Firms may discuss their approach to acquire additional outside resources; however, we do request that the firm demonstrate that their approach will maintain their size status if such an arrangement was proposed.

Question: One of your requirements is to bIdentify the personnel the Company has on staff that can meet or exceed the position qualifications as described in draft PQ attachment and identify those positions in which the Company would have to rely on a subcontract to acquire.b Please consider revising this element.

Response: The information requested is to survey the marketplace to understand the capabilities and capacity of various types of small businesses to perform the effort. In particular, if the firm is able to provide the primary and vital work under this requirement. Firms may discuss their approach to acquire additional outside resources; however, we do request that the firm demonstrate that their approach will maintain their size status if such an arrangement was proposed.


SUBMISSION OPTION:
Firms may also submit their capability statements via email to: Ryan.Miller@hq.doe.gov and ann.miller@hq.doe.gov

The DOE National Training Center (NTC) is performing market research on small businesses that can provide for facilities operations, professional training, technical information technology, and management support. The NTC is a reporting element of the Department of Energy (DOE), Office of Enterprise Assessments (EA) in Washington, D.C. NTC facilities consist of classrooms, administrative offices, and weapons firing ranges. The Main Campus is located on Kirtland Air Force Base (KAFB), Albuquerque, NM. The Live Fire Range (LFR) and the Integrated Safety and Security Training Evaluation Complex (ISSTEC), a simulated DOE research and operational facility, are located approximately six miles east of the Main Campus.

The NTC training programs support the federal and contractor safety and security professionals who support DOE missions. Safeguards and Security (S&S) training programs include vulnerability assessments, nuclear materials control and accountability, physical security systems, personnel security, information security, and security program operations. The Protective Force component of the S&S training programs include specialized training in weapons maintenance and firing, and response force tactics. The safety training program is designed to support DOE personnel who perform federal assurance and specific federal duties within the DOE technical qualification program. The safety training program includes technical leadership, nuclear facility safety basis, safety management programs, and oversight.

Operational excellence and an open, collaborative work environment are underlying tenants for the operation of the NTC. The Contractor shall foster the development, support and sustained implementation of a work environment that promotes trust, a questioning attitude, and a willingness to raise issues. These operating tenants also require compliance with regulations and standards while performing the NTC training missions on time, at a reasonable cost in a safe and secure manner. Therefore, implementation of a disciplined, effective and efficient Management Assurance System is a significant objective of this requirement.

As a precursor to the competitive process to acquire these services, the DOE/NTC is conducting market research to determine the marketbs capability to satisfy the draft Performance Work Statement (dPWS) (Attachment 1) and Draft Position Qualification (dPQ)(Attachment 2) requirements. The NTC intends to gather market research from responders who have proven experience performing the activities described herein. Specifically, DOE NTC is seeking to measure the capacity and capability of Small Businesses to perform these services under the anticipated NAICS codes of 611519 (Other Technical and Trade Schools, Size Standard $15M) or 611430 (Professional and Management Development Training, size standard $11M). DOE/NTC has yet determined the most appropriate NAICS code for this acquisition and is requesting feedback from industry. Interested parties should review the dPWS and dPQ for the specific requirements.

This Sources Sought Notice affords interested parties an avenue to provide feedback for this requirement via Capability Statements. This is optional, and participation will not affect a partybs ability to provide a proposal if a solicitation does result from this requirement. There is no solicitation at this time. This request for capability information does not constitute a request for proposals; submission of any information in response to this market survey is purely voluntary; the government assumes no financial responsibility for any costs incurred.

Capability Statements:

Interested parties are requested to provide capability statements that specifically address the capacity and capability to provide the requirements in the dPWS. The capability statements should provide the following:
b"    Company name, title, mailing address, phone number, and e-mail of designated point of contact.
b"    Small Business type and SBA socio-economic subcategories for NAICS Codes 611519 and 611430.
b"    8a status and graduation date.     
b"    State whether or not your company has a current contract under any GSA Schedules, or Other government wide acquisition vehicles.
b"    Companybs corporate experience in providing similar services over the past 5 years. Describe your experience providing facilities operations; professional training development and management; cybersecurity; IT; software development and maintenance services; and associated project management necessary for the successful operation of a NTC-scaled facility. We are only seeking capabilities from the Company, please do not include capabilities from subcontractors or team members.
b"    Please identify your companybs core competencies and experience directly relevant to the activities of the NTC. Submit a list of comparable support services that your company provided within the last 2 years for government agencies. Include customer points of contact (POCs) for each effort, including their name, official title, address, phone number, and e-mail address.
b"    Identify the personnel the Company has on staff that can meet or exceed the position qualifications as described in dPQ; and identify those positions in which the Company would have to rely on a subcontract to acquire.
b"    Identify whether key and other designated personnel have current Department of Energy L/Q clearances or current Secret/Top Secret clearances from another federal agency or whether personnel are likely to be granted L/Q clearances. Explain their availability and capacity to offer diverse technical support services in a classified environment.
b"    State whether your firm is American owned or whether it has or requires a Foreign Ownership, Control or Influence clearance and an Organizational Conflict of Interest clearance with the Department of Energy or the Department of Defense.
b"    If your company or a team member has performed work in the past, or is performing work presently, for the Department of Energy, please list the authorizing program office, the dates of service, the contract type, a description of the work scope, and the program POC.

Interested Parties are also invited to provide feedback on the following:
b"    Do you believe that the dPWS and dPQ is sufficiently clear to allow for a concise proposal response and realistic roadmap/schedule to be developed to achieving these objectives? Are there sections that you feel are weak and need more/better clarifications? If so, please identify.
b"    What sort of contract type(s) do you feel would be most appropriate for this acquisition, please provide a rational and potential cost savings to the government.
b"    Between NAICS Codes 611519 and 611430, which one do you feel is most appropriate, and why. Is there another NAICS Code that better reflects this requirement?

Based on the responses to this sources sought notice/market research, this requirement may be set-aside for certain SBA socio-economic subcategories, small businesses, or procured through full and open competition. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions.

The capability statement and comments on the dPWS and dPQ must be submitted via FedConnect (under 89303019NEA000006), no later than May 15, 2019 at 5:00 p.m. The capability statement shall not exceed twenty five (25) pages in length (excluding requested feedback). Comments submitted on the dPWS and dPQ shall be submitted as a separate file. The capability statement and comments on the dPWS shall be provided in Microsoft Word or Adobe Acrobat file format utilizing Times New Roman, 12-point font.

Attachment: 1 Draft PWS
Attachment: 2 Draft Position Qualification.

Ann Miller

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP