Washington, DC Bids > Bid Detail

TOD- Employee Resiliency Training Program

Agency: JUSTICE, DEPARTMENT OF
Level of Government: Federal
Category:
  • U - Education and Training Services
Opps ID: NBD00159555561240663
Posted Date: Apr 20, 2023
Due Date: Apr 24, 2023
Solicitation No: M-23-A31-R-000165
Source: https://sam.gov/opp/356d053ce6...
Follow
TOD- Employee Resiliency Training Program
Active
Contract Opportunity
Notice ID
M-23-A31-R-000165
Related Notice
Department/Ind. Agency
JUSTICE, DEPARTMENT OF
Sub-tier
US MARSHALS SERVICE
Office
OFFICE OF PROCUREMENT, OPERATIONAL SUPPORT SECTION – A47
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information View Changes
  • Contract Opportunity Type: Sources Sought (Updated)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Apr 19, 2023 08:50 pm EDT
  • Original Published Date: Apr 19, 2023 07:43 pm EDT
  • Updated Response Date: Apr 24, 2023 01:00 pm EDT
  • Original Response Date: Apr 24, 2023 01:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Updated Inactive Date:
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: U008 - EDUCATION/TRAINING- TRAINING/CURRICULUM DEVELOPMENT
  • NAICS Code:
    • 611430 - Professional and Management Development Training
  • Place of Performance:
    Washington , DC
    USA
Description

This is a Sources Sought Synopsis ONLY. The U.S. Government desires to procure an Employee Resiliency Training Program that will improve resiliency, enhance quality of life, and decrease stress and anxiety through use of empirically validated resilience skills for the Tactical Operations Division. The purpose of this acquisition is to acquire an Employee Resiliency Training Program that meets the specifications outline in the attached Statement of Works (SOW).



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 source 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 (GPE). It is the responsibility of potential offerors to monitor the GPE for additional information pertaining to this requirement. The anticipated North American Industry Classification System (NAICS) code is: 611430 - Professional and Management Development Training.



Be advised that responses to this sources sought synopsize are limited to five (5) pages - not including the cover sheet. The Government will not review general capability statements, please ensure submissions are specific to this requirement and information requested. Vendors are encouraged to provide concise responses to the capability questions/statements below. Vendor responses shall be submitted in a searchable PDF Format.



All interested parties shall provide their capability statement no later than April 24, 2023, at 1:00 PM (EST) to Mikelle Everett at mikelle.everett@usdoj.gov.



Capability Questions/Statements:




  1. The name of the firm, point of contact, phone number, email address, DUNS number, CAGE code, a statement regarding business status (including small business type(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) and the corresponding NAICS code.

  2. Identify whether your firm is registered in the Systems for Award Management website (www.sam.gov). Yes or No.

  3. 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.

  4. Identify whether your firm provides the following:



- A comprehensive resiliency curriculum and the comprehensive list of training topics which will ensure consistent delivery and format over multiple iterations.



- Provide annual sustainment training to instructors to provide any updated material.



- The Department of Justice and the Bureau of Justice Assistance recommend law enforcement agencies develop and strengthen programs utilizing evidence- based practices.



- Data collection methods to include surveys and analysis of data to support or refute the benefits of the program.



- University-reviewed and backed by objective third parties (such as clinicians and neurologists) who have validated the resiliency training.



5. Any other information your firm would like to submit in your capability statement.




Attachments/Links
Contact Information View Changes
Contracting Office Address
  • OPER SUPPORT SECTION, OOP, FSD STE 900, CS3, 3601 PENNSY DRIVE
  • LANDOVER , MD 20785
  • USA
Primary Point of Contact
Secondary Point of Contact


History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >