Federal Bid

Last Updated on 19 Oct 2015 at 8 AM
Sources Sought
Fort bragg North carolina

Pearson Assessment Products

Solicitation ID W911PK5205HL15
Posted Date 03 Aug 2015 at 1 PM
Archive Date 19 Oct 2015 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Hq Usasoc
Agency Department Of Defense
Location Fort bragg North carolina United states 28310
Pearson Assessment Products.
W911PK5205HL15

THIS IS NOT A NOTICE OF SOLICITATION ISSUANCE, BUT RATHER A REQUEST FOR INFORMATION (RFI) (Reference number W911PK5205HL15 ) from industry that will allow the Government to identify interested sources capable of meeting the requirement. The information sought herein is for planning purposes only and shall not be construed as a request for quote (RFQ), request for proposal (RFP), invitation for bid (IFB), or as an obligation or commitment on the part of the Government to acquire any product or service. There shall be no basis for claims against the Government as a result of information submitted in response to the RFI. The Government does not intend to award a contract on the basis of this RFI, or otherwise pay for any information submitted by respondents to this request. This notice is for market research purposes only and is not indicative of a full requirement. Should a requirement arise, the full requirement will be detailed in the solicitation.

The United States Army Special Operations Command (USASOC) is seeking to identify sources that are capable of providing Pearson Assessment products. The products shall be compatible with the ScanTron OpScan 4ES. The products are in the form of psychological testing answer sheets, booklets, kits, and Q-Local Score Reports for the MMPI2RF, MMPI2, VIP, MCMI-II, RBANS, Brown ADDS, TOMM, TONI, CAARS, BDI-II, BAI, and GAMA. List of Products are listed below.

Part No. Item Qty
51564 MMPI-2RF A/S (pkg/25) 30
51562 MMPI-2RF Reports 3800
25056 MMPI-2RF Booklets (pkg/5) 30
25052 MMPI-2RF Manuals: Administration & Technical 2
51481 Q Local Fee 1
2010 Q Local Scoring and Reporting Kit 1
51499 MMPI-2 Extended Score A/S (pkg/25) 8
51438 MMPI-2 Extended Score Reports 200
51513 MCMI-III Interp. Reports 325
51511 MCMI-III A/S 20
33011 MCM-III Test Booklets (Soft Cover) (pkg/10) 1
51831 Conners CAARS - Rating Forms - O:S QuikScore (pkg/25) 2
51829 Conners CAARS - Rating Forms - S:S QuikScore (pkg/25) 2
51827 Conners CAARS - Technical Manual 1
51774 VIP Q Local Starter Kit 2
158007212 RBANS Update Form A Record Form 1
158007220 RBANS Update Form B Record Form 1
158029232 Brown ADD Complete Kit for Adolescents and Adults with Brown ADD Scoring Assistant 1
158070836 TOMM Complete Kit 1
51535 MCMI-III Q Local Corrections Interpretive Reports 50
51510 GAMA Profile Reports 50
32102 BDI-II Record Forms - English (pkg/25) 2
51690 BDI-II Interpretive Report 50
158019636 BAI Hand-Scoring Scannable Record Form (pkg/25) 2
158018419 BAI Manual 2
51688 BAI Interpretive Report 50
158177010 TONI-4 Complete Kit 1

This notice is not a request for offers. NCS Pearson, Inc., 5601 Green Valley Drive, Suite 220, Bloomington, MN 55437-1099 is the original producer and the only known source that can provide the required items. However, any other responsible vendor believing they have the capability of meeting the requirement may submit their capabilities to include technical documentation to establish the potential of meeting the Government's need.

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, and 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), HUBZone, 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.

Responses shall be submitted electronically via email to [email protected]. If an interested source is not able to contact the Contracting Office via email, information /correspondence/ requests may be submitted to the point of contact cited above via facsimile, (910) 432-9345. All responses shall be submitted by 5:00 PM EST on 18 Aug 2015 and shall include reference number W911PK5205HL15 in the subject line and submission documents. 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 Ms. Lanora Means 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 and faxed correspondence. If receipt has not been acknowledged within 24 hours, please contact the Contracting Office at 910-432-1503.

Bid Protests Not Available

Similar Past Bids

Location Unknown 27 Aug 2015 at 7 PM
Location Unknown 28 Apr 2016 at 8 PM
Location Unknown 30 Jun 2017 at 8 PM
Location Unknown 19 Apr 2016 at 6 PM
Fort riley Kansas 27 Aug 2012 at 1 PM

Similar Opportunities

Mechanicsburg Pennsylvania 11 Jul 2025 at 9 PM
Georgia 10 Jul 2025 at 6 PM
Lafayette Louisiana 18 Jul 2025 at 2 PM