SOURCES SOUGHT
U -- CIMT Personal Finance Management Course (PFMC) Services
- Notice Date
- 3/17/2025 12:18:11 PM
- Notice Type
- Sources Sought
- NAICS
- 611699
— All Other Miscellaneous Schools and Instruction
- Contracting Office
- W6QM MICC-FDO FT EUSTIS FORT EUSTIS VA 23604-5538 USA
- ZIP Code
- 23604-5538
- Solicitation Number
- W911S0-25-R-PFMC
- Response Due
- 3/22/2025 11:00:00 AM
- Archive Date
- 04/06/2025
- Point of Contact
- Reese Wolf, Justin LaPiana
- E-Mail Address
-
reese.a.wolf.civ@army.mil, justin.f.lapiana.civ@army.mil
(reese.a.wolf.civ@army.mil, justin.f.lapiana.civ@army.mil)
- Description
- REQUEST FOR INFORMATION (RFI) / SOURCES SOUGHT NOTICE (SSN) Customer: U.S. Army Center for Initial Military Training (CIMT) Description: Personal Financial Management Course (PFMC) 1. Purpose Mission and Installation Contracting Command (MICC) � Fort Eustis is conducting market research to: Clarify and refine the draft Performance Work Statement (PWS). We are specifically looking for feedback on the Specific Tasks section of the attached draft PWS draft but questions and comments about the entire document are welcome. Determine industry capability, including large and small businesses. Please submit a capability statement. We request that the capability statement also identify: a. Contract number of any existing IDIQ or other contract vehicle that you would be able to provide the services under. b. Up to 3 relevant NAICS codes that would notify your company of a potential RFQ or RFP on SAM.gov. Indicate the codes for which your company is designated a small business. 2. Disclaimer The attached PWS is a preliminary draft for market research purposes only and is not intended as an actionable requirements document. There is no guarantee that a requirement will proceed to solicitation or award. This RFI/SSN is issued solely for information and planning purposes. It does not constitute a Request for Quote (RFQ), a Request for Proposal (RFQ), or a promise to issue an RFQ or an RFP in the future. This RFI does not commit the Government to contract for any future supplies or services. At this time, the Government is not seeking proposals and will not accept unsolicited proposals. The Government will not pay RFI responders for any information or administrative costs incurred responding to this RFI. All costs associated with responding to this RFI are solely at the interested party�s expense. Not responding to this RFI does not preclude participation in any future RFQ or RFP if one is issued. Any information submitted by respondents is strictly voluntary. This RFI is intended for the Government to identify sources that can provide required the required services. The information provided in this RFI is subject to change and is not binding on the Government. The Government has not made a commitment to procure any of the RFI requirements discussed, and release of this RFI should not be construed as such a commitment, or as authorization to incur a cost for which reimbursement would be required or sought. All submissions become Government property and will not be returned. 3. Program Objective The PFMC program provides strong support for improving the Soldiers� quality of life and provides them and their families with the necessary tools to better manage their fiscal resources. The objective is to provide all Initial Entry Training Soldiers with tools to take control of their finances and make informed and responsible financial decisions. 4. Questions to RFI/SSN Questions are due by 2:00 PM ET on March 15, 2025. Questions shall be emailed to reese.a.wolf.civ@army.mil. All questions, including late questions, may be answered only at the discretion of the Contracting Officer. At the Contracting Officer�s discretion, answers may be sent as a direct email response to the vendor asking the question, or as an amendment to the solicitation for the benefit of all interested parties. Questions via phone, TEAMS, or any method except email will be disregarded. Amendment 1 (March 17, 2025): 2 questions were received. Q1: Who is the incumbent for the current program? A1: CONTRACTING RESOURCES GROUP, INC. Q2: Is the current program on an existing IDIQ and/or as a Small Business set-aside? A2: Task Order W15QKN20F0648 on contract W15QKN18D0124. Yes. 5. Pages & Format Images are permitted and count towards the page limit. A page is defined as 8.5� x 11� size with 1� margins. All text must be in 12-point Times New Roman font. Any pages beyond the limit may be considered only at the Contracting Officer�s discretion. Marketing materials will not be considered. 6. Responding to the RFI/SSN Responses are due by 2:00 PM ET on March 22, 2025. Your response may include any or all of the following: 1 page cover page Up to 3-page capability statement Up to 10 pages of PWS feedback Up to 2 pages of any additional information you wish to provide (no marketing materials)
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/fcf416715f3b4654bc166a3f2c5f31d0/view)
- Place of Performance
- Address: Fort Gregg Adams, VA 23801, USA
- Zip Code: 23801
- Country: USA
- Zip Code: 23801
- Record
- SN07375093-F 20250319/250317230046 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |