Ohio Bids > Bid Detail

Site Security Manager (SSM) Training

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • U - Education and Training Services
Opps ID: NBD00159829362368671
Posted Date: Apr 5, 2024
Due Date: Apr 15, 2024
Solicitation No: A036660
Source: https://sam.gov/opp/00499887b4...
Follow
Site Security Manager (SSM) Training
Active
Contract Opportunity
Notice ID
A036660
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE AIR FORCE
Major Command
AIR FORCE MATERIEL COMMAND
Sub Command
AIR FORCE LIFE CYCLE MANAGEMENT CENTER
Office
FA8601 AFLCMC PZIO
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: Apr 05, 2024 12:54 pm EDT
  • Original Response Date: Apr 15, 2024 03:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Apr 30, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: U099 - EDUCATION/TRAINING- OTHER
  • NAICS Code:
    • 611430 - Professional and Management Development Training
  • Place of Performance:
    Wright Patterson AFB , OH 45433
    USA
Description

Sources Sought: Site Security Manager (SSM) Training



SOURCES SOUGHT SYNOPSIS





*This is not a Solicitation*



This Sources Sought Synopsis is published for market research purposes only, to identify potential sources capable of providing one (1) Site Security Manager (SSM) training course for HQ AFMC A5/8Z at Wright-Patterson Air Force Base.





TECHNICAL REQUIREMENTS





See Attachment 1 “Performance Work Statement (PWS)”



As a reminder, these are draft salient characteristics and technical requirements which are subject to be changed.





The North American Industry Classification System (NAICS) code for this requirement is 611430-Professional and Management Development Training with a small business size standard of $15 million ($15,000,000). The Government reserves the right to consider a small business set-aside based upon responses hereto for any subsequent action. All prospective contractors must be registered in the System for Award Management (SAM) database to be awarded a DoD contract. No set-aside decision has been made. Note that a key factor in determining an acquisition to be a Small Business Set Aside is that small business prime contractors must perform at least 50% of the effort, as defined in Federal Acquisition Regulation (FAR) clause 52.219-14.





Any information submitted by respondents to this sources sought synopsis is voluntary. This sources sought notice is not to be construed as a commitment by the Government, nor will the Government reimburse any costs associated with the submission of information in response to this notice. Respondents will not be individually notified of the results of any Government assessments. The Government's assessment of the capability statements received will factor into whether any forthcoming solicitation will be conducted as a full and open competition or as a set-aside for small businesses, or any particular small business program.





INSTRUCTIONS: The information below provides a “Contractor Capability Survey” to allow you to document your company’s capabilities in meeting these requirements.




  • If, after reviewing these documents, you desire to participate in the market research, please complete and return the Contractor Capability Survey below. Response format and due date information is specified at the bottom portion of this notice. Failure to provide a complete response may result in the Government being unable to adequately assess your capabilities. If you lack sufficient experience in a particular area, please provide details explaining how you would overcome the lack of experience/capabilities in order to perform that portion of the requirement (i.e., teaming, subcontracting, etc.)






  • Both large and small businesses are encouraged to participate in this Market Research. Joint ventures or teaming arrangements are encouraged.





Questions relative to this market survey should be addressed via email to Mr. Brian Algeo, AFLCMC/PZIBA, at brian.algeo.1@us.af.mil.





CONTRACTOR CAPABILITY SURVEY:



Part I. Business Information:



Please provide the following business information for your firm:








      • Company/Institute Name:

      • Address:

      • Point of Contact:

      • CAGE Code:

      • Phone Number:

      • Email Address:

      • Web Page URL:







Based on the North American Industry Classification System (NAICS) code for this requirement is 611430 – Professional and Management Development Training with a size standard of $15 million, please circle Yes or No as to whether your company is:




  • Small Business (Yes / No)

  • Small Disadvantaged Business (Yes / No)

  • 8(a) Certified (Yes / No)

  • HUBZone Certified (Yes / No)

  • Veteran-Owned Small Business (Yes / No)

  • Service-Disabled Veteran-Owned Small Business (Yes / No)

  • Women-Owned (WO) (Yes / No)

  • Economically Disadvantaged Women-Owned Small Business (Yes / No)




  • Please indicate if your company is domestic or foreign owned (if foreign, please indicate the country of ownership).

  • Indicate if you are the manufacturer or provide the name and size of the manufacturer of the product(s) you will be supplying.

  • Please provide a statement that the respondent will allow or will not allow the Government to release proprietary data. The Air Force will handle proprietary items in accordance with FAR 2.101 and 3.104.

  • Please provide information about the firm’s standard warranty.

  • Please provide recent sales history to commercial companies in order to determine commerciality.

  • Please provide a statement to acceptability of the following proposed provisions and clauses, as they are determined to be consistent with customary commercial practice.



At this time the following non-commercial clauses are being considered for inclusion in the solicitation package:



FAR 52.204-7, System for Award Management



FAR 52.204-13, System for Award Management Maintenance



FAR 52.204-16, Commercial and Government Entity Code Reporting



FAR 52.204-18, Commercial and Government Entity Code Maintenance



FAR 52.232-39, Unenforceability of Unauthorized Obligations



FAR 52.252-1, Solicitation Provisions Incorporated by Reference



FAR 52.252-2, Clauses Incorporated by Reference



FAR 52.252-5, Authorized Deviations in Provisions



FAR 52.252-6, Authorized Deviations in Clauses



DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights



DFARS 252.204-7003, Control of Government Personnel Work Product



DFARS 252.225-7002, Qualifying Country Sources as Subcontractors



DFARS 252.225-7048, Export-Controlled Items



DFARS 252.243-7001, Pricing of Contract Modifications



AFFARS 5352.201-9101, Ombudsman



AFFARS 5352.223-9000, Elimination of Use of Class I Ozone Depleting Substances (ODS)





Attention: Small business respondents who are interested in submitting a proposal as the prime contractor for this effort: The acquisition strategy for this requirement has not been decided; however, the Air Force is contemplating setting this acquisition aside for small businesses if there is sufficient demonstrated interest and capability. Note that a key factor in determining an acquisition to be a Small Business Set Aside is that two or more small business prime contractors must be capable of providing at least 50% of the entire scope of providing the analog to digital converter, as defined in Federal Acquisition Regulation (FAR) clause 52.219-14, Limitations on Subcontracting. Provide specific details and rationale as to how compliance with FAR clause 52.219-14 would be achieved, including specific details regarding teaming arrangements, etc. If subcontracts are to be used, provide anticipated percentage of effort to be subcontracted and whether small or large businesses will be used. Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided.





Attention All potential respondents: If this acquisition is not set aside for small business, it is anticipated that the contract may contain a small business utilization requirement. Please provide feedback on what areas of this requirement are likely candidates for small business subcontracting.





Part II. Capability Survey Questions:



1. Describe briefly the capabilities of your facility and the nature of the services you provide. Include a description of your staff composition and management structure.



2. Describe your company's past experience on previous projects similar in complexity to this requirement. Include contract number and date, a brief description, agency/organization supported, and point of contact name and telephone number.



3. Are there specific requirements in the documentation that we provide that would currently preclude your product/service from being a viable solution to our requirement?



4. Are you able to provide Student Course Materials and other equipment described in the PWS?



5. Are there established market prices for our requirement? If you offer this product and/or 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.



6. Describe your standard warranty and return process for goods and services furnished to the Government for items similar in nature to this requirement.





CAPABILITIES PACKAGE:



All interested firms shall submit a response demonstrating their capabilities to provide the requested items to the primary point of contact listed below. Any information submitted by respondents to this sources sought synopsis is voluntary. As stipulated in Federal Acquisition Regulation 15.201, responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Any information submitted by respondents to this sources sought synopsis is voluntary and will not be returned. The Government will not reimburse any costs incurred or associated with the submission of information in response to this notice. The decision to solicit for a contract shall be solely within the Government’s discretion.





Responses are limited to 5 pages and may be submitted electronically to the following email address: brian.algeo.1@us.af.mil in a Microsoft Word compatible format to be received no later than 3 PM , EDT, 15 April 2024. Direct all questions concerning this acquisition to Mr. Brian Algeo at brian.algeo.1@us.af.mil.





The Government's assessment of the capability statements received will factor into whether any forthcoming solicitation will be solicited as full and open or set-aside for small business, or any particular small business program (e.g. SDVOSB, EDWOSB, HUBZone, 8(a), etc.).



Be advised that all correspondence sent via e-mail shall contain a subject line that reads “SSM Training.” If this subject line is not included, the e-mail may not get through e-mail filters at Wright-Patterson AFB. Filters are designed to delete emails without subject lines or with suspicious subject lines or contents. Attachments with files ending in .zip or .exe are not allowable and will be deleted. Ensure only .pdf, .doc, or .xls documents are attached to email.




Attachments/Links
Contact Information
Contracting Office Address
  • CP 937 656 5842 1940 ALLBROOK DR BLDG 1 RM 109
  • WRIGHT PATTERSON AFB , OH 45433-5344
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Apr 05, 2024 12:54 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 >