New York Bids > Bid Detail

Military Marketing Training Kellogg West Point FY24

Agency:
Level of Government: Federal
Category:
  • U - Education and Training Services
Opps ID: NBD00159770101111555
Posted Date: Feb 26, 2024
Due Date: Mar 4, 2024
Source: https://sam.gov/opp/87b0cc28db...
Follow
Military Marketing Training Kellogg West Point FY24
Active
Contract Opportunity
Notice ID
W911SD24R0027a
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
AMC
Sub Command
ACC
Sub Command 2
MISSION & INSTALLATION CONTRACTING COMMAND
Sub Command 3
FDO EUSTIS
Office
W6QM MICC-WEST POINT
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 (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Feb 26, 2024 09:46 am EST
  • Original Response Date: Mar 04, 2024 11:00 am EST
  • Inactive Policy: Manual
  • Original Inactive Date: Mar 05, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: U099 - EDUCATION/TRAINING- OTHER
  • NAICS Code:
    • 611310 - Colleges, Universities, and Professional Schools
  • Place of Performance:
    West Point , NY 10996
    USA
Description

This is a Sources Sought Notice ONLY. This notice is intended strictly



for market research. The U.S. Government has a requirement for West Point Military Academy for academic continuation Marketing program under Army Directive 2019-25. A small business set-aside basis, provided 2 or more qualified small businesses respond to this sources sought synopsis with information sufficient to support a set-aside. Be advised that the U.S. Government will not be able to set aside this requirement if 2 or more small businesses do not respond with information to support the set-aside. We encourage all small businesses, 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.





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(s) is 611310 – Universities; size standard is $34.500,000.00.





Specifications:



A need is anticipated for executive education courses to procure Marketing professional education program through leading civilian business schools. These courses will typically be offered by leading civilian educational institutions either in residence or online and will give officers an in-depth understanding of relevant marketing roles. These courses, conferences, and certification opportunities also allow an officer to pursue specialization and expertise within the field of marketing and behavioral economics. In practice, this implies FA58 officers will be able to attend approximately a one-to-two week course every other year, or similar offering provided by an academic institution. These courses are designed to develop FA58 officers as professional marketers. The content will align with six content themes:




  • Customer Identification

  • Marketing Strategy

  • Marketing Communication

  • Persuasion and Storytelling

  • Organizational Change

  • Marketing Landscape



The program will be administered according to the following guidelines:




  1. Five days of in-person programs, roughly scheduled every other month.

  2. Thirty-minute faculty office hours conducted live in teams of 5-6 people.

  3. Continuos engagement via reading, per-work, and distribution of branded learning material.





Base Year= Quantity: 30 / Officers.





In response to this sources sought, please provide:





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





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. 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.





4. Information to help determine if the requirement for Certified Executive Marketing Continue Education program(in person or through online Teams format) is commercially available, including pricing information, basis for the pricing information (e.g., market pricing, catalog pricing), delivery schedules, customary terms and conditions, warranties, etc.





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





6. Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition. If you believe that this action is unreasonably restricting competition please indicate this in your response. Include the subject of the acquisition, this announcement, and the MICC POC information from the FedBizOpps notice. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion.





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





8. Please send all responses by Monday, 04 March 2024 at 1400 to the MICC Purchasing Agent, Sonya Van Valkenburg, at Sonya.D.Vanvalkenburg.civ@mail.mil 845-938-4761, and be sure to include the Sources Sought Notice W911SD-24-R-0027 in your email subject line to prevent your reply from being deleted as SPAM.




Attachments/Links
Contact Information
Contracting Office Address
  • KO DIRECTORATE OF CONTRACTIN MADC 681 HARDEE PLACE
  • WEST POINT , NY 10996-1514
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Feb 26, 2024 09:46 am ESTSources Sought (Original)

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 >