The United States Department of Energy (DOE) intends to release a Request for Proposals (RFP), Number DE-RP01-05SO20219, for Professional and Management Development Training services in support of the Departments National Training Center (NTC), located within the Kirtland Air Force Base, at Albuquerque, New Mexico. The NTC provides centralized and comprehensive training for safeguards and security, and safety, for DOE, including the National Nuclear Security Administration (NNSA). DOE and the NNSA manage and oversee the operation of programs that produce, process, store, transport, or dispose of, special nuclear materials, weapons, classified information, and equipment. In the interest of national security, the activities and materials associated with these programs require fail-safe protection. DOE sites nationwide employ uniformed and other specialized safeguards and security professionals, both federal and contractor, to carry out critical security functions for the Department. In addition, the sites operate a variety of security and safety systems and access controls. Most of the work under this contract shall be performed at NTC facilities and ranges located within the Kirtland Air Force Base, with additional training performed at remote DOE and other government agency locations. This effort will also require Mobile Training Team courses delivered outside the continental US. The main NTC campus is on the old Manzano Administrative Area of Kirtland Air Force Base in Albuquerque, N.M. The Live Fire Range (LFR) is situated approximately six miles east of the campus area in Coyote Canyon. Additional information about the NTC and its mission may be found on the NTC website at: http://www.ntc.doe.gov/ The majority of contractor personnel will be required to have either a Q or L clearance at the time of contract award or be capable of receiving a clearance within a reasonable time period after award. A current Department of Defense (DOD) Top Secret or other clearance based upon a Single Scope Background Investigation (SSBI) is acceptable if the background investigation is less than 5 years old. This competitive acquisition will be a 100% 8(a) set-aside procurement under NAICS Code 611430, with a size limit standard of $6 million. The estimated level of effort for the planned contract is approximately 290,000 direct productive labor hours per year. The anticipated period of performance for the contract is for a two (2) year base period, with three (3) one-year option periods. The Government funding for this effort over the past several years has averaged between $20 and $25 million per year. The RFP is scheduled for release on or about April 15, 2005, and may be downloaded from the DOE – Industry Interactive Procurement System (DOE-IIPS) website when it becomes available. Interested 8(a) firms must be registered in DOE-IIPS in order to submit a proposal. Instructions on how to register and submit a response can be found in the help document located on the DOE-IIPS website listed above. For technical assistance, firms should call 1-800-683-0751, or e-mail the DOE-IIPS administrator at: iips_helpdesk@e-center.doe.gov ALL QUESTIONS REGARDING THIS SYNOPSIS AND THE RESULTING RFP SHOULD BE SUBMITTED BY CLICKING ON THE SUBMIT QUESTION BUTTON IN DOE-IIPS. PLEASE NOTE THAT TELEPHONE OR ELECTRONIC MAIL INQUIRIES REGARDING THIS SYNOPSIS AND THE RESULTING RFP WILL NOT RECEIVE RESPONSES. NO EXCEPTIONS WILL BE MADE. It is the responsibility of interested parties to monitor this site for the release of any additional information, amendments to this notice, solicitation, or other related documents. To assist in this process, it is suggested after interested parties have registered on DOE-IIPS to click-on the button entitled, Join Mailing List and fill-out the required information to receive automated notifications.