United States - Neuroticism-Extraversion-Openness Personality Inventory (NEO-PI) products

For more information and to make a bid you will need to go to the third party website.

Details

Provided by Open Opps
Opportunity closing date
14 August 2019
Opportunity publication date
08 August 2019
Value of contract
to be confirmed
Your guide to exporting
Report opportunity

Description

Added: Aug 07, 2019 4:32 pm

THIS IS NOT A NOTICE OF SOLICITATION ISSUANCE, BUT RATHER A REQUEST FOR INFORMATION (RFI) from industry that will allow the Government to identify interested sources capable of meeting the requirement. The information sought herein is for planning purposes only and shall not be construed as a request for quote (RFQ), request for proposal (RFP), invitation for bid (IFB), or as an obligation or commitment on the part of the Government to acquire any product or service. There shall be no basis for claims against the Government as a result of information submitted in response to the RFI. The Government does not intend to award a contract on the basis of this RFI, or otherwise pay for any information submitted by respondents to this request. This notice is for market research purposes only and is not indicative of a full requirement. Should a requirement arise, the full requirement will be detailed in the solicitation.

The US Army Special Operations Command (USASOC) on behalf of Directorate of Psychological Applications (DPA), is seeking to identify sources that are capable of providing the Neuroticism-Extraversion-Openness Personality Inventory (NEO-PI) products for psychological testing. The contractor would be required to deliver the items below.
Any proposed systems/items must meet or exceed the following specifications:
0001: PAI ITEM/RESPONSE BOOKLET,
PN: 2425-AS,
Five (5 EA)
0002: NEO-PI-3 ITEM BOOKLET/10,
PN: 6792-TB,
Three (3 EA)
0003: NEO-PI-3/NEO PI-R OSR (25)-Answer sheets,
PN: 6781-SS,
One Hundred and eighteen (118 EA)
0004: NEO-PI-3/PI-R CNT DNLD (50),
PN: 6822-DL,
Two (2 EA)
0005: NEO SS OSR MODULE CD,
PN: 6815-CP,
Seven (7 EA)
0006: NEO 3 INVENTORIES MANUAL,
PN: 6791-TM,
Two (2 EA)
0007: NAB SCREENING KIT,
PN: 5500-KT,
One (1 EA)
0008: VSVT MANUAL,
PN: 3825-TM,
One (1 EA)
0009: VSVT CD-ROM,
PN: 6282-CP,
One (1 EA)
0010: NAB ATTN 1 REC FORM (25),
PN: 5108-RF,
Three (3 EA)
0011: NAB ATTN 2 REC FORM (25),
PN: 5109-RF,
Two (2 EA)
0012: NAB EXEC 1 REC FORM (25),
PN: 5120-RF,
Two (2 EA)
0013: NAB EXEC 2 REC FORM (25),
PN: 5121-RF,
Two (2 EA)
0014: Shipping to Fort Bragg, North Carolina 28310
Documentation provided must address all required elements listed herein; providing only a reference to a website is unacceptable for purposes of this announcement and will not be considered or reviewed. All proprietary or corporate data received shall be clearly identified and shall be protected from release to sources outside the Government. Please do not submit classified material.
Contractors interested in performing these services should be registered in the System for Award Management (www.sam.gov). Contractors responding to this Sources Sought are asked to provide the following information: company's full name and address, DUNS number, the applicable GSA contract # and SIN, applicable North American Industry Classification Standards (NAICS) and business size (whether they are a large, small, small-disadvantaged, 8(a), HUB Zone, woman-owned, Service-Disabled Veteran Owned Small Business, historically black college or university and/or minority service institute), address, and a point of contact. Please also advise the government of pending changes in the business size status. In addition, respondents shall provide average annual revenues for the past 3 years and number of employees; affiliate information: parent company, joint venture partners, potential teaming partners; and additional documentation such as company literature and brochures.
Responses are due no later than 11:00 AM EST, Wednesday, 14 August 2019 and reference H92239-19-Q-0023 in subject line shall be sent to Mrs. Rochene Carroll, Email: rochene.carroll@socom.mil. Failure to respond to this RFI does not preclude participation in any future associated request for quotations that may be issued. Respondents will NOT be notified of the results. For information regarding this notice, contact Mrs. Rochene Carroll via email at the address above. Respondents are cautioned that due to file size limitations and e-mail security protocols, there is a risk that not all correspondence will be received by this office. It is the interested parties' responsibility to ensure receipt of all e-mail correspondence. If receipt has not been acknowledged within 24 hours, please contact the Contracting Office at 910-432-6133.
Primary Point of Contact:
Rochene Carroll
rochene.carroll@socom.mil
Phone: 910-432-6133
Secondary Point of Contact:
Sandra Bramble
sandra.g.bramble@socom.mil
Phone: 910-396-0527

Contracting Office Address:
ATTN: E-2929 Desert Storm Dr.
Fort Bragg, North Carolina 28310
Place of Contract Performance:
Fort Bragg, North Carolina 28310
United States

Opportunity closing date
14 August 2019
Value of contract
to be confirmed

About the buyer

Address
Other Defense Agencies USASOC United States

The deadline to apply for this opportunity has passed.
Visit the opportunities page to find another.

Is there anything wrong with this page?