ECM Training in Senegal
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: Presolicitation (Updated)
- Updated Published Date: Aug 28, 2024 06:55 pm EDT
- Original Published Date: Aug 19, 2024 01:14 pm EDT
- Updated Response Date: Sep 16, 2024 12:00 pm EDT
- Original Response Date: Sep 16, 2024 12:00 pm EDT
- Inactive Policy: 15 days after response date
- Updated Inactive Date: Oct 01, 2024
- Original Inactive Date: Oct 01, 2024
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: U099 - EDUCATION/TRAINING- OTHER
- NAICS Code:
- 611519 - Other Technical and Trade Schools
- Place of Performance: SEN
Description
This synopsis provides notice of the Government’s intent to issue a solicitation for a US Small Business to build the Senegalese Armed Forces’ (SAF) 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.
Place of performance:
- TASK A through TASK F will be at one of Senegal’s three POTCs – CET 2 (Dodji); CET 3 (Toubacouta) or CET 7 (Theis)
- TASK G will be at one of Senegal’s three POTCs – CET 2 (Dodji); CET 3 (Toubacouta) or CET 7 (Theis). TASK G may be held in Dakar with COR approval.
Period of Performance: One (1) 12-month period of performance with three (3) option years.
Competition Procedures: 100% Small Business Set Aside
NAICS Code: 611519
** This notice updates the synopsis timeline for acquisition 19AQMM24R0201 in which a FAR deviation reduces the synopsis posting timeframe by six (6) days.
The synopsis for 19AQMM24R0201 will be posted for nine (9) days. On or about August 28, 2024, the Government plans to post the solicitation on http://sam.gov. No paper copies will be mailed. Once posted, offerors will have approximately thirty (30) days to submit proposals. All dates are subject to change.
The Question and Answer (Q&A) period opens with the posting of the solicitation and ends on the date specified in Section L of the solicitation. All announcements and amendments made to the solicitation will be posted to http://sam.gov. Only emails following the Q&A instructions in Section L of the solicitation will be accepted. No other emails or phone calls will be accepted.
All proposals from responsible vendors will be evaluated if received on time and deemed responsive. All prospective offerors must be registered in the System for Award Management (SAM) in order to be eligible for award.
Attachments/Links
Contact Information
Contracting Office Address
- US DEPT OF STATE, 2201 C ST NW
- WASHINGTON , DC 20520
- USA
Primary Point of Contact
- IP Contracting Team
- IP_Contracting_Team@state.gov
Secondary Point of Contact
- Holli Baker
- BakerHC@state.gov
History
- Oct 02, 2024 12:00 am EDTPresolicitation (Updated)
- Aug 28, 2024 07:14 pm EDTSolicitation (Original)
- Aug 19, 2024 01:14 pm EDTPresolicitation (Original)
- Apr 30, 2024 11:55 pm EDTSources Sought (Original)