Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 26, 2002 FBO #0206
SOLICITATION NOTICE

U -- Leadership Development Courses for Immigration and Naturalization Services employees

Notice Date
6/24/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of Justice, Immigration & Naturalization Service, Dallas Administrative Center, 7701 N. Stemmons Freeway 8th Floor, Dallas, TX, 75247
 
ZIP Code
75247
 
Solicitation Number
LDD-02-Q-2002
 
Response Due
6/28/2002
 
Archive Date
7/13/2002
 
Point of Contact
Julian Stephens, Contract Specialist, Phone 214 905 5392, X 4, Fax 214 905 5568,
 
E-Mail Address
julian.m.stephens@usdoj.gov
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, quotes are being requested and a written solicitation will not be issued. Solicitation number LDD-02-Q-2002 is issued as a request for quotation (RFQ), and will be awarded as a purchase order using simplified acquisition procedures. This solicitation document and the incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-06. The NAICS code is 611430. 1.0 PURPOSE Leadership Development Center Dallas, Texas has identified a need to provide training to a variety levels of government employees, leaders, managers, and supporting personnel agency wide effectively. This delivery order shall result in the contractor providing on-site training at the Leadership Development Center and various remote sites upon request. 2.0 GOVERNMENT POINT OF CONTACT (POC) 2.1 Administrative Center Dallas, Contracting & Property Management: Julian M. Stephens, 7701 N Stemmons Frwy, Dallas, TX 75247. Phone Number (214) 905-5392. Julian.m.stephens@usdoj.gov 2.2 LDC POC: A list of courses, full provider requirements, and class dates will be provided after delivery order award. 2.3 Contracting Officer: Julian M. Stephens 3.0 SCOPE OF WORK 3.1 Courses are taught by Contractor or co-taught with Leadership Development Center instructors to provide on-site training to INS personnel and by utilizing LDC course material. 3.2 Except as noted in Section 6.0, the Contractor shall provide all necessary personnel, supplies, equipment, and materials required to complete tasks identified in this Statement of Work. 4.0 DESCRIPTION OF WORK 4.1 The contractor will provide required training sessions at the Leadership Development Center specified in paragraph 1.0, with the exception of remote site training that will be requested individually as needed or required. All training dates are established and will not allow flexibility, which regards to changing of dates unless requested by LDC and must be conducted on specified dates. Contractors are required to provide (Instructors name and qualifications) to the Director, Leadership Development at least fourteen (14) days prior to each course to be presented. The courses will be taught during normal duty hours (7:30 a.m. to 5:00 p.m. Monday-Friday) Instructors are required to report one hour prior to class and remain one hour after completion of class each day. 4.1.1 Basic Functions of Supervision (5 days) Target audience Supervisors and Managers Contractor will teach curriculum independently and co-taught. Contractor will be required to provide qualified instructors with terms and conditions outlined in Statement of Work. All substitute instructors must be approved by Leadership Development Center and must be equal to or better than approved instructor. Contractor will provide instructors who possess prior experience and significant knowledge about the Federal Government and must be able to effectively teach courses unique and specifically applicable to Immigration and Naturalization Services and the Federal Government. Specifically, ELMR, Performance Requirement, Appraisal, Discipline and Adverse Actions, Leave Administration, EEO/Alternative Dispute Resolution. 4.1.2 Executive Edge (5 days) Target audience Senior Executive Service A complete and thorough understanding of the executive core qualifications (ECQ) as identified by the Office of Personnel Management and how they relate to the Immigration and Naturalization Service's Senior Executive Service (SES) program. Ability to write to each ECQ when completing an application for membership within the SES ranks. 4.1.3 Pathways to Communications (5days) Objectives are to demonstrate understanding of the communication process, recognize and understand available avenues of communication, identify and reduce message interference, eliminate communication roadblocks, recognize when one is not communicating and how to adjust the message and delivery. Course culminates with development of individual action plans for resolution of real workplace communication problems. Topics covered are: Basic communications models, barriers to communication, feedback, channels of communication, conversation styles, conflict resolution, group communication, values and culture, problem solving, difficult conversations and presentations. 4.1.4 Effective Presentation Skills (2 days) Course teaches the skills and techniques necessary to speak with confidence, competency, and comfort. Students learn to deliver presentations and are provided the opportunity to make a variety of presentations. Topics covered are: Fundamentals of public speaking, Talk purposes, Opening speeches, Openings, Visuals, Closing speeches, Addressing questions, Voice inflection, Presentation formats and Presenting speeches and talks in a pressure environment. 4.1.5 Providing Professional Service (2 days) Target audience all INS employees who deals with external and/or internal customers and is designed for both law enforcement and service employees. (Understanding professional service, an examination of professional service, Professional image within the agency, stakeholders, customer service standards, elimination of barriers to outstanding customer service, handling and diffusing stress, handling and diffusing conflict, cultural diversity and customer service, and develop personal action plans. 4.1.6 Managing for Excellence/Advancement (5 days) Target audience Managers. Knowledge of change management methodologies and their use and importance towards successful implementation of the Service restructuring. Class participants work through resolution of Service wide problems, decision-making techniques, logical thinking skills, and collaborative problem-solving methodologies, conducting the job interview, identifying strengths that match the job. 4.1.7 Problem Solving and Decision Making (5 days) Target audience. This course is designed for all employees (supervisor, analysis, staff officers, etc.) whose duties include; Managing projects, writing position papers, formulating recommendations and making decisions. Topics such as but limited to are: Decision making processes and strategies, Logical thinking, Projections, Group decision-making, Persuasive arguments, Negotiation skills. 4.1.8 Supervisor's Toolkit (5 days) this is an in-depth course for supervisors and managers at all levels and covers those Human Resource issues critical to effective supervision. Contractor shall be familiar with rules and regulations as well as procedures governing the Human Resource process. 4.1.9 Employment Issues (3 days) Supervisors and Managers. To develop a complete and thorough understanding of the Immigration and Naturalization Service's Labor-Management Relations program, Discipline and Adverse Actions program, Performance management program, Leave Administration program, Equal Employment Opportunity program, and Alternative Dispute Resolution program. 4.1.10 Inspires Leadership Course (3 days) 4.1.11 Basic Management Skills ((5 days) Target audience Managers. Significant knowledge with coaching/mentoring strategies and how those strategies can be affected through the supervisors and managers of the Immigration and Naturalization Service. Knowledge of the INS culture and core values as identified by the Commissioner. 4.1.12 Managing Challenging People and Events (5 days) Target audience. Supervisors and managers. Challenges for supervisors and managers arising from "problem employees. Understanding the dynamics of challenging employee, strategies in changing challenging employees and other related topics. 4.1.13 Effective Writing (10 days) Target audience all INS employees. Contractor shall demonstrate extensive experience writing for a government agency, i.e., position papers, white papers, project papers, letters, memoranda, and other government-related papers, correspondence and stress the adult or participatory learning model group and collaborative learning projects, and experiential learning methods. 4.1.14 The People Side of Supervision (5 days) Target audience Supervisors. 5.0 GENERAL COMPLIANCE REQUIREMENTS 5.1 Training Schedule. The Contractor, in conjunction with the Leadership Development Center in paragraph 4.1, will teach designated courses as outlined an on specified dates. Training will be accomplished on days designated of task order award. 5.2 Training materials. The Leadership Development Center will provide a copy of the training material to the Contractor point of contact in accordance with paragraphs 3.1 and 3.2 for review and verification capability of teaching course curriculum within 60 days. 5.3 Neither the Contractor nor the Contractor's personnel will give news releases or conduct media interviews, or provide information concerning the work performed under this contract, unless approved in advance by the designated Immigration and Naturalization Service Public Affairs office. All inquiries should be directed to the Contracting Office. 5.4 The Contractor shall rely upon, but not be limited to the following documents or sources for information and guidance in the preparation of the training materials. Any changes or updated document pertaining to these courses or other documents used in the teaching of these courses shall be documented. Past Performance Technical Capabilities Contractor's Literature References 6.0 GOVERNMENT FURNISHED MATERIAL 6.1 Facility and Material. The government will provide training space large enough to accommodate the training sessions. This space shall include desks or tables and chairs for training attendees. As required the contractor will be allowed to utilize government phone lines to make official long distance telephone calls using the contractors' telephone billing system. Where available, the government will provide reasonable access to a facsimile (FAX) machine for receipt or sending of documents. Due to limitations on the number of photocopies allowed on government photocopiers, the contractor shall be prepared to use local commercial sources for photocopying. The contractor shall be responsible for providing all other equipment computer hardware and software, and materials required for completion of this delivery order. DESCRIPTION This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quote are being requested and a written solicitation will not be issued. Solicitation number ACD-2-Q-2002 is issued as a request for quotation (RFQ), and will be awarded as a purchase order using the simplified acquisition procedures. This solicitation document and the incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-06. This procurement is set-aside for small businesses. The NAIC code is 61143. Qualifications: Contractors under this synopsis/solicitation shall indicate their capabilities to successfully complete the tasks described herein. Prior to work for the Government and NON-government units shall be described and references provided. The exact date of training will be provided at a later date. The following clauses apply to this acquisition and are incorporated by reference: 52.212-4; Contract terms and Conditions-Commercial Items(FEB 2002); and 52-212-5, Contract Terms and Conditions Required to implement Statues or Executive Orders-Commercial Items(MAY 2002). There are no addenda to these clauses. The following FAR clauses are also applicable: 52.203-5, Covenant Against Contingent Fees(APR 1984);52.203-6, Restrictions on Subcontraction, Restrictions on Subcontractor Sales to the Government-Alternate 1(OCT 1995); 52.203-7, Anti-Kickback Procedures (JUL 1995); 52.216-24, Limitation of Government Liability(APR 1984);52.216-25, Contract Definitization, (OCT 1997);52.219-8, Utilization of Small Business Concerns(OCT 2002); 52.222-26, Equal Opportunity(APR 2002); 52.212-1, Instructions to Offerors-Commercial Items(OCT 2002); 52.212-2, Evaluation-Commercial Items(JAN 1999). The contractors responding to this acquisition should provide this office with the following: A price quote on company letterhead for the requested line item(s) prompt payment terms, correct remittance address, and a completed copy of the FAR Clause 52.212-3, Offer Representations and Certifications-Commercial Items (MAY 2002). A company that is not in possession of the above referenced clauses in full text may visit "www.arnet.gov" to obtain a copy. Offeror must be in writing and accompanied by a completed Representations and Certification or the offer will be rejected. Neither oral nor facsimile offers we be accepted. Offerors may submit their quotations by mail or email. Provision FAR Clause 52.212-2, Evaluation-Commercial Items(JAN1999), is included: (a) Offerors shall explain the technical approach to accomplish the required training.(b) Offerors must demonstrate prior experience in providing training(c) Offerors must demonstrate knowledge of task(d)Offerors should provide company names, points of contacts, telephone and facsimile numbers for all contracts and purchase orders for the same or similar services for the past 2 years. (e) Offerors must submit a cost quote separate from the technical proposal. The cost quote shall breakdown direct labor and rates, and all other direct cost including supplies, travel and per diem expenses. Evaluation of all offers will be made to determine which RFQ offers the best value to the Government. The following factors shall be used to evaluate offers: (1) Technical Capability (2) Past Performance; and (30 Cost. Technical and past performance when combined are more important than cost. Relevant experience and past performance data related to programs with both Government and industry which include a comparable magnitude of effort, including technical, cost, schedule or management elements or constraints similar to those expected in this requirement will be reviewed. Offerors are to provide acquisition and technical management points of contacts for experience and past performance validation. Offers are due no later than 2:00 p.m. on June 28, 2002. Offers received after that time will not be accepted. Please reference the solicitation number on your offer. Best Value Selection Criteria Proposals resulting from the RFQ will be evaluated to determine the best value for the Government. In determining best value the following factors will be considered. Relevant Experience and Past Performance Relevant experience and past performance relating to courses taught both the government and industry which include a comparable magnitude of effort, including technical, cost, management of classroom activities and participants as well as technical management points of contact for experience and past performance verification. Mission Suitability Mission suitability elements indicates the excellence of the work that is offered, and the ability of the offeror to actually accomplish what is offered. The compatibility between the proposed technical approach cost to accomplish the work will be important consideration in evaluation of this factor. Elements to be considered will include: Technical understanding Staffing and training Key personnel Management approach, preparation and facilitation Other Considerations Other considerations, which will be considered in the evaluation of proposals, include: Capability Acceptability of most recent reviews of offerors management systems. Point of Contact Julian M. Stephens, Contract Specialist, Phone 214 905-5392, fax 214 905-5568, Email address Julian.m.stephens@usdoj.gov. All questions concerning this solicitation must be submitted in writing.
 
Place of Performance
Address: 3860 West Northwest Highway, Dallas, Texas
Zip Code: 75220
Country: US
 
Record
SN00098416-W 20020626/020624213138 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.