SAPRTEC Content Training

Agency: DEPT OF DEFENSE
State: Virginia
Level of Government: Federal
Category:
  • U - Education and Training Services
Opps ID: NBD00159432575401126
Posted Date: Mar 27, 2024
Due Date: Apr 5, 2024
Solicitation No: H9821024RFISAPRTEC
Source: Members Only
Follow
SAPRTEC Content Training
Active
Contract Opportunity
Notice ID
H9821024RFISAPRTEC
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEFENSE HUMAN RESOURCES ACTIVITY
Office
SEXUAL ASSAULT PREVENTION&
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 View Changes
  • Contract Opportunity Type: Sources Sought (Updated)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Mar 27, 2024 08:37 am EDT
  • Original Published Date: Mar 08, 2024 01:56 pm EST
  • Updated Response Date: Apr 05, 2024 10:00 am EDT
  • Original Response Date: Apr 05, 2024 10:00 am EDT
  • Inactive Policy: 15 days after response date
  • Updated Inactive Date: Apr 20, 2024
  • Original Inactive Date: Apr 20, 2024
  • 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:
    Alexandria , VA 22350
    USA
Description

REQUEST FOR INFORMATION (RFI)



Agency/Office: Defense Human Resources Activity (DHRA) Enterprise Acquisition Division for Department of Defense Sexual Assault Prevention and Response Office (SAPRO) Training and Education Center of Excellence (SAPRTEC)



Type of Notice: REQUEST FOR INFORMATION (RFI)



Title: SAPRTEC Support: Response Workforce Skills Training, Course Upgrades, and Leadership Prevention Training



RFI Response Time and Date: 5 April 2024 by 10:00am Eastern





1.0 DISCLAIMER





1.1 THIS IS NOT A REQUEST FOR PROPOSALS (RFP) OR A REQUEST FOR QUOTATIONS (RFQ); IT IS STRICTLY A REQUEST FOR INFORMATION (RFI) TO INVITE INDUSTRY AND OTHER POTENTIAL VENDORS INCLUDING BUT NOT LIMITED TO ACADEMIA, SMALL BUSINESSES, LARGE BUSINESSES, AND NON-PROFIT ORGANIZATIONS TO PROVIDE A WHITE PAPER IN RESPONSE TO THE SUBJECT TOPIC.





1.2 THIS IS A RFI ONLY. This RFI is issued solely for market research information and planning purposes - it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. This request for information does not commit the Government to contract for any supply or service whatsoever. Further, SAPRTEC is not at this time seeking proposals and will not accept unsolicited proposals. Responders are advised the U.S. Government will not pay for any information or administrative costs incurred in response to this RFI; all costs associated with responding to this RFI will be solely at the interested party's expense. Not responding to this RFI does not preclude participation in any future RFP, if any is issued.





2.0 BACKGROUND





2.1 SAPRTEC was established in 2023 to develop, deliver, and oversee training, education, and related requirements for integrated primary prevention and sexual assault response throughout the DoD enterprise to enable standardization and continuous improvement. Its efforts include the provision of online, asynchronous learning courses delivered DoD-wide through the Joint Knowledge Online (JKO) learning management system. To address new learning requirements within DoD policy, SAPRTEC seeks to simultaneously design and deliver three new online courses and upgrade two existing online courses as further outlined below.





2.2 ENCOUNTER SKILLS ASYNCHRONOUS COURSE: We are seeking information from potential contractors for the development and delivery of a single online, asynchronous course titled "Encounter Skills," in compliance with the specific training requirements outlined in 6495.02, Vol 1, Encl 10, para 2. This course, which will be integrated into the Joint Knowledge Online (JKO) Learning Management System, is designed to provide essential training for certified members of the response workforce who have not received this training as part of their initial certification process. The course must be scenario-based, interactive, include role-play exercises, and cover critical advocacy skills, interpersonal and assessment skills, crisis intervention, and a review of victimology issues, including cultural and religious sensitivities. It should also guide Sexual Assault Response Coordinators (SARCs) to offer gender-responsive, culturally competent, and recovery-oriented responses, aligning with the guidelines in 6495.02, Vol 1, Encl 6, p.76. The project includes the complete development, adaptation, delivery, testing, and successful integration of the course, aiming to bridge the training gap between new workforce members receiving synchronous training and those already active in the field. This RFI is intended to gauge the market’s capability to develop and deliver this comprehensive training course effectively, while consecutively developing and delivering the courses outlined in 2.3 and 2.4.





2.3 CIPP AND CCA COURSE UPGRADES: We are seeking information from potential providers for the development, delivery, and updating of two key online asynchronous courses: the "Command Climate Assessment (CCA) Course" and the "Development of a Comprehensive Integrated Primary Prevention Plan" (CIPP Course), hosted on the Joint Knowledge Online (JKO) platform. The CCA Course, mandated by DoDI 6400.11 Section 5.1.f(2), is essential training for personnel involved in administering the Defense Organizational Climate Survey (DEOCS) or consulting on CCAs, aligning with policies in DoDI 6400.11, DoDI 1350.02, and DoDI 1020.03. Both the CCA and CIPP Courses, developed using Articulate Rise 360 software, require updates to reflect recent feedback, evolving DoD policies, and system changes, including redirecting A2S website resources to prevention.mil, integrating Service-specific requirements, final assessments into the RISE platform, and content updates to align with current DoD policies and guidelines. The aim is to ensure these courses remain functional and up-to-date on JKO, meeting specific policy requirements and effectively addressing new requirements identified during contract execution. This RFI is intended to gauge the market's capability to efficiently update and deliver these crucial training resources in compliance with DoD policies while consecutively developing and delivering the courses outlined in 2.2 and 2.4.





2.4 LEADER INTEGRATED PRIMARY PREVENTION TRAINING:



We are seeking information from qualified providers to develop and implement a comprehensive leadership training program, consisting of two asynchronous online courses, delivered via the Joint Knowledge Online (JKO) Learning Management System. The program is designed to equip military leaders with skills in primary prevention and public health strategies, while ensuring strict adherence to DoD policy requirements and learning objectives as outlined in key documents such as DoDI 6400.11, Section 4, the IRC Full Report on Sexual Assault in the Military (July 2, 2021), the DOD Actions and Implementation to Address Sexual Assault and Harassment in the Military (July 2, 2021), and the Memo Directing Immediate Actions to Counter Sexual Assault and Harassment (February 26, 2021). The courses, namely "Integrated Primary Prevention for Leaders" and "Command Responsibilities for Integrated Primary Prevention", aim to enhance leaders' capacities to foster positive command climates and advocate effective prevention activities, building upon resources like the SPARX Knowledge for Leaders Prevention Series and the Leader’s Action Guide (www.sapr.mil). This RFI seeks to assess the market's ability to deliver these vital training resources in compliance with the specified DoD policies while consecutively developing and delivering the courses outlined in 2.2 and 2.3.





3.0 RFI; QUESTIONS TO INDUSTRY:





3.1 The Government is specifically performing market research to determine if there are potential vendors who can provide cost effective and demonstrable solutions to SAPRTEC Support: Skills Training, Course Upgrades, and Leadership Prevention Training. Vendors who wish to respond to this RFI must submit their responses in the form of a white paper addressing the following topics:





3.1.1 Provide the labor categories (Attachment II) needed to successfully and concurrently complete tasks 2.2-2.4 and the additional requirements outlined in the Attached Draft PWS (examples that follow should not be limited to this list: Project Manager, Subject Matter Expert (SME) in Violence Prevention/Public Health/Sexual Assault Response, Technical Specialist, Graphic Designer, Instructional Designer, Quality Assurance/Compliance Specialist, LMS manager, etc.





3.1.2 Provide an estimate of labor hours broken down by task and labor category needed to execute 2.2-2.4 and the additional requirements outlined in the Attached Draft PWS (Attachment I).





3.1.3 Describe your organization's breadth of expertise/competency to respond to or support (collaborate on) a broad range of complex requirements in the Attached Draft PWS.





3.1.4 Describe your experience with curriculum development methodologies, including the development of training that meets adult learning theory standards in a virtual, self-paced virtual learning environment with the capacity to develop high-quality educational programs designed specifically for adult learners, delivered through an online Learning Management System (specifically Joint Knowledge Online) where learners can engage at their own pace.





3.1.5 Describe your experience in the development and execution of public health prevention and sexual assault response virtual curricula.





3.1.6 Describe your experience in partnering with Federal or State entities to develop public health prevention and sexual assault response virtual curricula.







3.2 Provide feedback on the Performance Work Statement (PWS) requirements. Please list any challenges or potential performance roadblocks related to fulfilling the PWS requirements and any suggestions for improving the PWS requirements language.





3.3 The proposed identified North American Industry Classification System Codes (NAICS) for is 611430 - Professional and Management Development Training





Recommendations for additional NAICS Codes, with supporting rationale, are welcomed and may be included in your response in Part 1, described below at paragraph 4.1.






  1. RESPONSES





4.1 Interested parties are requested to respond to this RFI with a white paper. The white paper should contain two parts. Part 1 should provide administrative information and Attachment II. Part 2 of the white paper shall answer the issues addressed in Section 3.0 of this RFI and shall be limited to 10 pages, not including information included in the pricing template. The number of pages in Part 1 of the white paper are not included in the 10-page limitation.





4.2 Responses shall be submitted via e-mail to:





David Gates: david.w.gates4.civ@mail.mil



Edward Lee: edward.m.lee2.civ@mail.mil



Melissa Tamayo: melissa.s.tamayo.civ@mail.mil





4.3 Proprietary information, if any, MUST BE CLEARLY MARKED. To aid the Government, please segregate proprietary information. Please be advised that all submissions become Government property and will not be returned.





4.4 Contents for Part 1 of the white paper. Provide the following:





4.4.1 Vendor name, address, website, Unique Entity Identifier (UEI), and Commercial and Government Entity (CAGE) Code.





4.4.2 Point of contact to include e-mail address and telephone number.





4.4.3 Type of business, including socio-economic category (e.g. Large, Small, 8(a) Participant, Small Disadvantaged Business, HUBZone, Woman-Owned Small Business, Service-Disabled Veteran-Owned Small Business, Non Profit).





4.4.3.1 If applicable, GSA contract number and applicable schedule(s). Also include any other existing contract vehicles within or outside of GSA that would be available to the Government for the procurement of product and/or service. This information is for market research only and does not preclude your company from responding to this notice.





4.4.3.2 Recommendations and supporting rationale for the NAICS that best fits a requirement such as this.





4.4.3.3. Attachment II, Labor Category and Hour Template with the estimated level of effort.



5.0 INDUSTRY DISCUSSIONS





Government subject matter experts may or may not choose to meet with responding vendors. Such discussions would only be intended to get further clarification of potential capability to meet the outlined requirements.





6.0 QUESTIONS TO THE GOVERNMENT





6.1 Questions regarding this announcement shall be submitted in writing by e-mail to melissa.s.tamayo.civ@mail.mil . Verbal questions (i.e. telephone calls) will NOT be accepted. The Government does not guarantee questions received after 22 March 2024 will be answered.





6.2 Interested vendors may additionally contact the DHRA, Office of Small Business Programs for general inquiries: Ms. Tammy Proffitt, tammy.j.proffitt2.civ@mail.mil. This is not a DHRA acquisition; Ms. Proffitt serves as a general POC.





7.0 SUMMARY





7.1 THIS IS A RFI to request white papers ONLY. The information provided in the RFI is subject to change and is not binding on the Government. There is no planned acquisition and the Government has not made a commitment to procure any item or service associated with this request. Release of this RFI should not be construed as such a commitment or authorization to incur cost for which reimbursement would be required or sought. All submissions become Government property and will not be returned.





7.2 There are no incumbents for services relating to this RFI and no contract has been previously issued by DHRA.





Attachments:



Attachment I – Draft Performance Work Statement Requirements Document



Attachment II – Labor Category and Labor Hour Template


Attachments/Links
Contact Information
Contracting Office Address
  • RESPONSE OFFICE (SAPRO) 4800 MARK CENTER DRIVE
  • ALEXANDRIA , VA 223118000
  • 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 >