The RFP Database
New business relationships start here

Leadeship Training


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

This is a Sources Sought Synopsis (SSS) for market research purposes issued at Tinker Air Force Base (TAFB). The United States Air Force (USAF) is requesting information for the procurement of Leading the Three Pro's: PROjects, PROgrams and PROfessionals Leadership Development Program. 

This is a market research survey to determine the availability and adequacy of potential sources prior to determining an acquisition strategy and contract strategy. This is a Sources Sought Synopsis. There is no solicitation available at this time. Requests for a solicitation will not receive a response. We are seeking and are open to all types of small business participation.

Disclaimer:

This SSS is issued solely for informational and planning purposes. It does not constitute a solicitation (Request for Proposal or Request for Quotations) or a promise to issue a solicitation in the future. Responses to this notice are not considered offers, shall not be used as a proposal, and cannot be accepted by the Government to form a binding contract. This SSS does not commit the Government to contract for any service whatsoever. Furthermore, we are not seeking proposals at this time. Responders are advised that the Government will not pay for any information or administrative costs incurred in response to this SSS. All costs associated with responding to this SSS will be solely at the responding party's expense.

Any resulting procurement action will be the subject of a separate, future announcement. The information is provided for discussion purposes and any potential strategy for this acquisition may change prior to any solicitation release.

Purpose:

The information received will be utilized by the Air Force in developing its acquisition strategy. Any proprietary information that is submitted may be used as a general concept but specific information will be safeguarded as proprietary, if so marked and clearly identified in accordance with the applicable Government regulations. The Government requests that non-proprietary information be submitted in response to this SSS. However, should proprietary information be submitted, it should be marked "PROPRIETARY," and will be handled accordingly. The Government shall not be liable for or suffer any consequential damages for any proprietary information not properly identified. Proprietary information will be safeguarded in accordance with the applicable Government regulations. Proprietary information or trade secrets should be clearly identified.

The information in this notice is based on current information available to date. This information is subject to change and is not binding to the Government. Updated information will be provided in future announcements, if applicable and posted electronically on the Federal Business Opportunities website at www.fbo.gov. Responses to this Sources Sought may or may not be returned. Not responding to this Sources Sought does not preclude participation in any future solicitation, if one if issued.


Attention:

Contractor must be registered with System for Award Management (SAM) to be eligible for contact award or payment from any DOD activity. Information on registration and annual confirmation requirements may be obtained via the Internet at https://www.sam.gov.

Interested persons may identify their interest and capability to respond to the SSS. This notice of intent is not a request for competitive proposals.  A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement.

Program Requirements:

 

1. "Leading the Three PRO's" (offered annually with 20 students per class). The specific objectives of this training are to provide (1) academic instruction; (2) administer personality and management behavioral assessments; (3) provide leadership.

 

2. "Lean Maintenance Repair and Overhaul (LMRO)" (with a minimum of one annual class offering and a maximum of three; with 25 students per class). This is a five (5) day course which teaches the principles of both lean enterprise and the theory of constraints, combining presentations with extensive participant discussion.

 

3. "Lean Applied to Business Processes (LABP)" (with a minimum of one class offering and a maximum of three; with 25 students per class). This a five (5) day course which teaches the application of continuous improvement theory to administrative and transactional processes in your organization.

 

Period of Performance:

 

The planned period of performance is 14 August 2017 to 13 August 2021.

 

Place of Contract Performance:

 

3001 Staff Dr

Tinker AFB, Oklahoma 73145

United States

 

NAICS:

611430 (Professional and Management Development Training)

Company Information:

 


Please provide the following business information for your company and for any teaming or joint venture partners:

- Company Name/Address

- Point of Contact

-Socio-economic status

- CAGE Code (if available)

- DUNS Number

- Size of Business (i.e. Large/Small Business, Small Disadvantaged Business, 8 (a) concern, Minority-Owned Business) Size relative to NAICS Code 611430 (Small Business Size Standard $11M)

- Phone/Fax Number

- Email address

- Web page URL

- U.S. or Foreign Owned Entity

- Provide any recommendations and/or concerns. 

- Please indicate whether your interest in this as a prime contractor or as a subcontractor?

 

As a small or large business, do you believe conditions exist for a small business set-aside in accordance with FAR 19.502-3(a) for any portion of the requirement described above?  If yes, please indicate which portion of the requirement and the most appropriate NAICS code for each portion.  

Of the portion of work you identified as having the potential to be small business set-aside, are you most interested in performing as a prime contractor or subcontractor for the requirement described above and indicate whether you would qualify as a small or large business under the NAICS code you believe is most appropriate? 

If you are a small business, of the portion of work you identified as having the potential to be partially set-aside, are you capable of performing at least 50% of the work, in order to comply with FAR Clause 52.219-14, specifically 52.219-14(c)(1), "At least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern." 

If you are a small business interested in performing a portion of the requirement as a set- aside, provide a brief summary of your company's experience and past performance within the past three years as a prime contractor as it relates to the magnitude of this anticipated requirement and/or the portion of the work you identified as having the potential to be partially set-aside. 

If a large business, relative to NAICS Code 611430, submit the reasonable expectation of subcontracting opportunities for small business concern(s) to provide materials and/or services in support of your capabilities to provide Leadership Training for the Leading the Three Pro's: PROjects, PROgrams and PROfessionals Leadership Development Program. 

Do you have any other thoughts or suggestions on ways to increase small business participation in this requirement?


Capabilities:

If your company/institution can provide equivalent courses IAW the attached PWS, in addition to your capability statement, please provide the information requested below to the points of contact listed above by 1600 CST on 31 May 17. No phone or FAX requests will be accepted. If you have additional questions, please e-mail them to the above email address and a response will be provided.   


Describe your company's experience and performance within the past three-years on previous projects similar in complexity to this requirement.  Include a brief description of the work performed, period of performance, agency/organization supported, and individual point of contact (Contracting Officer or Program Manager). 


Are there specific requirements in the provided documentation that would currently preclude your services from being a viable solution to our requirement? 


Describe your company's strategy to avoid schedule delays.


Are there established catalogs or market prices for this service? 


If you offer this service to both U.S. Government and commercial sources, is the same workforce used for both the U.S. Government and general public? 


Is our requirement offered to both under similar terms and conditions?  Briefly describe any differences.


Describe your standard warranty for services furnished to the government for items similar in nature to this requirement.  


Are there any other relevant topics, concerns, and information that will help the Government in forming an acquisition strategy?


David W. Herrig, Phone 4057395819, Email david.herrig.1@us.af.mil - Paul T. Gaines, Contract Specialist, Phone 4057395123, Email paul.gaines.1@us.af.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP