Federal Bid

Last Updated on 05 Apr 2024 at 4 PM
Sources Sought
Location Unknown

ECM Training in Senegal

Solicitation ID 19AQMM24N0036
Posted Date 05 Apr 2024 at 4 PM
Archive Date 30 Apr 2024 at 4 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Acquisitions - Aqm Momentum
Agency Department Of State
Location Senegal

19AQMM24N0036 – ECM Training in Senegal

This is a sources sought notice for information only. This is not a request for proposal or quotation or an announcement of a solicitation. This sources sought request for information is for the purpose of conducting market research to provide data for planning purposes. This sources sought synopsis announcement does not constitute a formal solicitation, and is not a request for proposal, request for quote, invitation for bid, does not obligate the government to award a contract, issue a solicitation, reimburse respondents for any proposal preparation and/or submittal costs, nor does its issuance in any way restrict the Government as to its ultimate acquisition approach. The Government will not pay for any materials provided in response to this notice and submittals will not be returned to the sender.

Purpose. The overarching purpose of this project is to build the SAF’s capacity to prepare, deploy, and sustain effective peacekeeping forces versed in the use of Electronic Countermeasures (ECMs) in support of UN- and AU-mandated tasks.  The activities in this SOW shall complement broader GPOI programming efforts and support U.S. Government (USG) peacekeeping policy priorities for Senegal and the region The activities in this SOW shall complement broader GPOI programming efforts and support U.S. Government (USG) peacekeeping policy priorities for Senegal and the region.  Required tasks, as described in the Scope of Work, consist of three (3) distinct but interconnected activities:

  • The development and delivery of high-quality training that is informed by the latest UN and African Union (AU) policy, doctrine, and guidance and that incorporates partner nation doctrine, processes, practices, and lessons learned; mission-specific and responsive to changing mission trends; adaptive to both formal classroom and field training environments; and carried out using sound adult learning principles with consideration for a variety of trainee skill levels to execute a combination of classroom, hands-on learning/practical exercises, and field training exercises.
  • Strategic, responsive, collaborative, and respectful mentorship and engagement that is part of the training and that builds partner confidence, addresses unique training requirements, and supports the development of institutional capacity to advance the partner toward self-sufficiency and improved operational readiness.
  • Procurement and delivery of equipment and supplies for use in pre-deployment training the same way that partner employs the equipment and supplies in the mission.  Training aids and support material should be introduced for added realism and scenario flexibility. The partner’s peace operations training center (POTC) staff should be capable of maintaining, repairing, accounting, issuing, and storing equipment, supplies, and training support material after the completion of training as specified by the contract.

This is not a solicitation, there is no guarantee that a solicitation package be issued as a result of this announcement, and no award shall be made as a result of this announcement.  In the event that a solicitation is developed, it will be assigned a formal Request for Proposal (RFP) number or Request for Quotation (RFQ) and the announcement will be published on SAM.gov.

RESPONSES DUE

For the purposes of this acquisition the applicable NAICS code is 611519.  Responses are requested no later than 10:00 AM April 15, 2024. Direct expression of interest as well as required documentation should be submitted in writing, via email, to IP Contracting Team [email protected]. All prospective offerors are responsible for monitoring this site for the release of all other information pertaining to the synopsis and solicitation.

RESPONSE SUBMISSION INFORMATION

All potential sources with the capability to provide the requirements referenced in this RFI are invited to submit, in writing, sufficient information within the page limitations listed below. This information should demonstrate the respondent's ability to fulfill the technical, delivery, and support requirements and be responsive to the technical questions in this RFI as indicated below. We will not answer technical questions or provide additional technical information at this time via this request for information notice.  Responses to this RFI shall include the following:

1. A cover sheet which includes:

  • Company Name
  • Address
  • Point of Contact
  • E-mail Address
  • Phone Number
  • Unique Entity ID
  • Primary Business and Market Areas
  • Business Size and Socioeconomic Status (if applicable)

2. Relevant Project Experience (two (2) page limit):

  • The potential offerors need to demonstrate that they possess, within the last five years, experience similar to that described in this specified source sought category.
  • Experience described above needs to include the offeror’s role, primary contractor, or sub-contractor. Each project experience needs to include the contract number, the US Agency or private company that awarded the contract and contract monetary value.  
  • The potential offerors need to document experience in coordinating with host nation government(s) to plan the work and mitigate or solve potential issues;
  • Experience in providing supplies and services to support training activities and in importation of materials, equipment, manpower, and any other necessary resources required for the completion of projects.

3. Capabilities of Successfully Completing projects:

  • Ability to obtain business license/permit in Senegal required to operate;
  • Ability to provide all required services, manpower, and materials;
  • Ability to provide and deliver required materials and equipment to projects located in Senegal;
  • Capabilities to import all required material and equipment through either sea or air transportation to Senegal;
  • Ability that, should a solicitation be issued in the future for this requirement, offerors should declare if the offeror is applying as a primary contractor, a joint venture or partnership or other as applicable to their submission.   
  • Ability that, should sub-contractors figure into an offeror’s plans, the offeror will be expected to specify what percentage of work will be tasked to assigned sub-contractors.

Period of Performance

The proposed period of performance is a one-year base period and a one-year option year.

Bid Protests Not Available

Similar Past Bids

Location Unknown 28 Aug 2024 at 10 PM
Location Unknown 19 Aug 2024 at 5 PM
Location Unknown 28 Aug 2024 at 11 PM
Location Unknown 09 Jun 2023 at 4 PM
Avery Texas 18 Jul 2018 at 6 PM