The US Army Special Operations Command (USASOC) on behalf of Directorate of Psychological Applications (DPA), is seeking to identify sources that are capable of providing the Neuroticism-Extraversion-Openness Personality Inventory (NEO-PI) products for psychological testing. The contractor would be required to deliver the items below.
Any proposed systems/items must meet or exceed the following specifications:
0001: PAI ITEM/RESPONSE BOOKLET,
PN: 2425-AS,
Five (5 EA)
0002: NEO-PI-3 ITEM BOOKLET/10,
PN: 6792-TB,
Three (3 EA)
0003: NEO-PI-3/NEO PI-R OSR (25)-Answer sheets,
PN: 6781-SS,
One Hundred and eighteen (118 EA)
0004: NEO-PI-3/PI-R CNT DNLD (50),
PN: 6822-DL,
Two (2 EA)
0005: NEO SS OSR MODULE CD,
PN: 6815-CP,
Seven (7 EA)
0006: NEO 3 INVENTORIES MANUAL,
PN: 6791-TM,
Two (2 EA)
0007: NAB SCREENING KIT,
PN: 5500-KT,
One (1 EA)
0008: VSVT MANUAL,
PN: 3825-TM,
One (1 EA)
0009: VSVT CD-ROM,
PN: 6282-CP,
One (1 EA)
0010: NAB ATTN 1 REC FORM (25),
PN: 5108-RF,
Three (3 EA)
0011: NAB ATTN 2 REC FORM (25),
PN: 5109-RF,
Two (2 EA)
0012: NAB EXEC 1 REC FORM (25),
PN: 5120-RF,
Two (2 EA)
0013: NAB EXEC 2 REC FORM (25),
PN: 5121-RF,
Two (2 EA)
0014: Shipping to Fort Bragg, North Carolina 28310
Documentation provided must address all required elements listed herein; providing only a reference to a website is unacceptable for purposes of this announcement and will not be considered or reviewed. All proprietary or corporate data received shall be clearly identified and shall be protected from release to sources outside the Government. Please do not submit classified material.
Contractors interested in performing these services should be registered in the System for Award Management (www.sam.gov). Contractors responding to this Sources Sought are asked to provide the following information: company's full name and address, DUNS number, the applicable GSA contract # and SIN, applicable North American Industry Classification Standards (NAICS) and business size (whether they are a large, small, small-disadvantaged, 8(a), HUB Zone, woman-owned, Service-Disabled Veteran Owned Small Business, historically black college or university and/or minority service institute), address, and a point of contact. Please also advise the government of pending changes in the business size status. In addition, respondents shall provide average annual revenues for the past 3 years and number of employees; affiliate information: parent company, joint venture partners, potential teaming partners; and additional documentation such as company literature and brochures.
Responses are due no later than 11:00 AM EST, Wednesday, 14 August 2019 and reference H92239-19-Q-0023 in subject line shall be sent to Mrs. Rochene Carroll, Email: [email protected]. Failure to respond to this RFI does not preclude participation in any future associated request for quotations that may be issued. Respondents will NOT be notified of the results. For information regarding this notice, contact Mrs. Rochene Carroll via email at the address above. Respondents are cautioned that due to file size limitations and e-mail security protocols, there is a risk that not all correspondence will be received by this office. It is the interested parties' responsibility to ensure receipt of all e-mail correspondence. If receipt has not been acknowledged within 24 hours, please contact the Contracting Office at 910-432-6133.
Primary Point of Contact:
Rochene Carroll
[email protected]
Phone: 910-432-6133
Secondary Point of Contact:
Sandra Bramble
[email protected]
Phone: 910-396-0527
Contracting Office Address:
ATTN: E-2929 Desert Storm Dr.
Fort Bragg, North Carolina 28310
Place of Contract Performance:
Fort Bragg, North Carolina 28310
United States