Skip to main content

An official website of the United States government

You have 2 new alerts

Cyber School Student Analysis & Evaluation Support

info alert

Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.

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 (Updated)
  • Updated Published Date: Feb 22, 2024 12:35 pm EST
  • Original Published Date: Feb 20, 2024 08:44 am EST
  • Updated Response Date: Mar 05, 2024 10:00 am EST
  • Original Response Date: Mar 05, 2024 10:00 am EST
  • Inactive Policy: 15 days after response date
  • Updated Inactive Date: Mar 20, 2024
  • Original Inactive Date: Mar 20, 2024
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: B542 - SPECIAL STUDIES/ANALYSIS- EDUCATIONAL
  • NAICS Code:
    • 611710 - Educational Support Services
  • Place of Performance:
    Fort Eisenhower , GA 30905
    USA

Description

SOURCES SOUGHT SYNOPSIS

THIS IS A SOURCES SOUGHT NOTICE ONLY. The U.S. Government desires to procure the service to provide Cyber School Student Analysis and Evaluation Support. This effort will support the Cyber School in assessing the best qualified Cyber Soldiers and placing those Soldiers in the right military jobs/roles based on assessment results within the Army’s new Cyber Branch on a full and open competition basis. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible.  We encourage all small business concerns, in all socioeconomic categories (including, 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service-Disabled Veteran-Owned, Women-Owned Small Business concerns), to identify their capabilities in meeting the requirement at a fair market price.

Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding submissions.

This notice is issued solely for information and planning purposes – it does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future.  This notice does not commit the U.S. Government to contract for any supply or service.  Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this sources sought notice.  The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder.  Not responding to this notice does not preclude participation in any future RFQ or IFB or RFP, if any is issued.  If a solicitation is released, it will be synopsized on the Government wide Point of Entry.  It is the responsibility of potential offerors to monitor the Government wide Point of Entry for additional information pertaining to this requirement. The anticipated NAICS code is:  611710 – Educational Support Services, Size Standard $24.0M dollars.

The intent of this notice is to determine the availability of qualified commercial sources technically capable of providing the U.S. Army Cyber School with a qualified Industrial and Organizational Psychologist. The contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non- personal services necessary to perform Student Analysis and Evaluation Support as defined in this Performance Work Statement except for those items specified as government furnished property and services.

In response to this source sought, including any capability statement, shall be electronically submitted no later than 1000 EST, Monday, 05 March 2024, to the Contract Specialist/ Officer, Shecoriya Byrd/ Ashley Scott, in either Microsoft Word or Portable Document Format (PDF), via email shecoriya.r.byrd.civ@army.mil / ashley.t.scott3.civ@army.mil please provide:

1.  Name of the firm, point of contact, phone number, email address, UEI number, CAGE code, a statement regarding small business status (including small business type(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) and the corresponding NAICS code.  If the company has a GSA Schedule provide the schedule number.

2.  Identify whether your firm is interested in competing for this requirement as a prime contractor or not.  Identify subcontracting, joint ventures or teaming arrangement that will be pursued, if any.

3.  Identify what percentage of work will be performed by the prime contractor and all similarly situated entity subcontractors.

4. Identify type(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) of the proposed subcontractors.

5.  Information in sufficient detail regarding previous experience (indicate whether as a prime contractor or subcontractor) on similar requirements (include size, scope, complexity, timeframe, government or commercial), pertinent certifications, etc., that will facilitate making a capability determination.

6.  Identify how the Army can best structure these contract requirements to facilitate competition by and among small business concerns.

7.  Recommendations to improve the approach/specifications/draft PWS/PRS to acquiring the identified items/services.

8.  Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition.  Please contact the MICC Small Business Advocate for Competition, Scott Kukes, at scott.d.kukes.civ@mail.mil or 210-466-2269, if you believe that this action is unreasonably restricting competition.  Include the subject of the acquisition, this announcement, and the MICC POC information from the sam.gov notice.  Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion.

Contact Information

Contracting Office Address

  • KO DIRECTORATE OF CONTRACTIN BLDG 29718 419 B STREET
  • FORT EISENHOWER , GA 30905-5719
  • USA

Primary Point of Contact

Secondary Point of Contact

History