Federal Bid

Last Updated on 09 Jun 2012 at 8 AM
Sources Sought
Washington

Higher Education Initiative

Solicitation ID RNPO-12-00TBD
Posted Date 11 May 2012 at 3 PM
Archive Date 09 Jun 2012 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Contract Admin Svcs Div
Agency Department Of Homeland Security
Location Washington United states
The following is a Request for Information (RFI). This synopsis is for information and planning purposes and does NOT constitute a Request for Proposal (RFP). It is issued under the authority of FAR 15.201("Exchanges of information before receipt of proposals"). The Department of Homeland Security, Office of Procurement Operations is conducting market research in order to identify potential sources that have the resources, capabilities, and experience to provide support to the "Higher Education Initiative." The Higher Education Initiative supports the mission of the Sector Outreach and Programs Division (SOPD) within the Office of Infrastructure Protection (IP) of the Department of Homeland Security. SOPD is responsible for leading the development and implementation of educational programs that support implementation of the National Infrastructure Protection Plan (NIPP). In this capacity, SOPD coordinates a multi-tiered approach to academic engagement, education programs, and professional development required to motivate participation and build capabilities across the various audiences that share responsibility for achieving the nation's critical infrastructure protection and resilience objectives. The initial effort validated the requirements and provided a solid foundation through the development of a series of core graduate-level and professional courses that are now available free of charge to academic institutions across the country for use within multiple degrees at schools of business, public policy, engineering, science, health, government and more. Additional work remains to sustain and grow this important initiative over time. The Higher Education Initiative's objective is to create a common foundation for critical infrastructure curricula to be offered in U.S. colleges and universities which incorporates the broader concepts of infrastructure protection such as: risk analysis and management for domestic security purposes; information sharing across and within industries, sectors, and varying levels of government; mitigation strategies and practices to protect against cross-sector cascading effects and foster resilience; and global supply chain management during natural and manmade threat events. An additional objective is to continue the comprehensive, unified higher education program that produces and sustains the leaders and workforce required to ensure the protection of the Nation's critical infrastructure which provides an academic framework that clearly establishes critical infrastructure protection as a recognized and respected discipline. Research and products should apply and adapt the Critical Infrastructure Core Competency model that is identified in the NIPP. This in turn will prepare future leaders and professionals for the ever-evolving complex critical infrastructure threat environment, improve partnerships and collaboration efforts between the government and private sectors, and enhance the knowledge of the critical infrastructure workforce with policy, economics, technology, communications, and other crucial competencies.

This Sources Sought Notice should not be construed as a commitment by the Government for any purpose, nor does it restrict the Government on determining the ultimate acquisition approach. This notice is not a request for technical or cost proposals. This Sources Sought Notice is to obtain written capability information only to help the Government determine how it will satisfy the Statement of Work requirements. The notice will enable the Government to obtain general information on interested parties and the technical areas they may be qualified to support as well as identify areas of potential conflicts of interest. Questions will not be addressed at this time. The Government will not award a contract on the basis of this notice nor reimburse the cost incurred by potential offerors who respond to this notice. Any information submitted by respondents to this notice is strictly voluntary. The information provided herein is subject to change and in no way binds the Government to solicit or award a contract. It is the offeror's responsibility to monitor www.fbo.gov for the release of any follow-on information.

Capability statements must include: (1) Complete Business Name, including DUNs #; (2) Contact Information (Respondent's name and title, address, telephone, facsimile, e-mail); (3) Business Size and Classification (small, small-disadvantaged, SBA Certified 8(a), HUBZone, etc.). Capability statements must address technical competencies, and management/personnel experience relative to educational course development. The NAICS code is identified as 611310 (Colleges, Universities, and Professional Schools).

Interested parties should provide a written capability statement of up to five (5) single-sided pages that responds to all items requested in this notice. Electronic responses shall be submitted in Microsoft Word or Portable Document Format (PDF) format. Standard brochures are a sufficient response to this notice. Feedback and/or evaluation information will not be provided to any firm regarding their individual capability statements. Telephone calls, facsimiles, and/or requests for a solicitation will not be accepted or acknowledged. At this time, proprietary information is not being requested, and respondents shall refrain from providing proprietary information in response to this Sources Sought Notice. Please be advised that all submissions become Government property and will not be returned. Ensure that your email response provides the following information in the subject line: RFI: Higher Education Initiative. Capability statements should be sent via e-mail to [email protected] by 5:00 pm, May 25, 2012.

Bid Protests Not Available

Similar Past Bids

Washington 22 Aug 2012 at 4 PM
Burleson Texas 17 Nov 2020 at 5 AM
Texas 13 Oct 2021 at 4 AM
Home Pennsylvania 22 Oct 2015 at 3 PM
Pennsylvania 06 Dec 2021 at 5 AM

Similar Opportunities

South carolina 03 Mar 2026 at 4 PM
Clemson South carolina 28 Feb 2029 at 5 AM
FY26-FY28 Pavement Markings Sealed bids for FY26-FY28 Pavement Markings, Holyoke, MA will be received on July 10, 2025 at the City of Holyoke Office of Procurement, 536 Dwight Street, Room 3, Holyoke, Massachusetts 01040, Attn: Jaime Morrow, Chief Procurement Officer until 2 PM prevailing time, at which said Bids will be publicly opened and read aloud. All bids shall be submitted within a sealed envelope addressed to the “City of Holyoke Office of Procurement, 536 Dwight Street, Room 3, Holyoke, Massachusetts 01040, Attn: Jaime Morrow, Chief Procurement Officer” and titled “FY26-FY28 Pavement Markings, Bid#2025-45DPW”. The work under this contract shall include furnishing the necessary labor, transportation, tools, equipment, materials, and appurtenances to install pavement markings as required by the City. The locations for the pavement markings will be as directed by the City. Bidding procedures shall be in accordance with the provisions of M.G.L. Chapter 30, Section 39 M as amended. This project may be funded in whole or part with federal funds. Attention is called to the minimum wage rates required to be paid for all labor on this project. Wage rates are established in schedules issued by the Department of Labor and Workforce Development, in accordance with Section 26A - 27D, or Chapter 149 of the M.G.L., as amended, and the U.S. Department of Labor in accordance with the Davis-Bacon and Related Acts. Said schedule(s) are included in the bid package and the contractor will be responsible for paying the higher of the two rates. It is the responsibility of the Contractor, before Bid opening, to request if necessary, any additional information on Minimum Wage Rates for those trades people who may be employed for the proposed Work under this Contract. Materials, equipment and supplies to be used on this project are exempt from sales tax to the extent provided by M.G.L. Chapter 64H, Section 6 (f). Only eligible and responsible sealed bids on this project shall be received by the Awarding Authority from qualified Bidders submitted on forms furnished by the Awarding Authority and clearly identified on the outside of the bid with the name and address of the bidder, and the name and Bid Number of the project, and submitted to: City of Holyoke - Purchasing Department City Hall, Room 15 536 Dwight Street Holyoke, MA 01040 And received no later than the times set forth below, when they will forthwith be publicly opened and read aloud at this location. Sealed bids addressed as referenced above will be received until 2:00 PM, on July 10, 2025.
Holyoke Massachusetts 10 Jul 2025 at 7 PM