Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 21, 2002 FBO #0293
SOLICITATION NOTICE

U -- Business Training Courses

Notice Date
9/19/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Treasury, Financial Management Service (FMS), Acquisition Management Division, 401 14th Street, S.W., Room 454D, Washington, DC, 20227
 
ZIP Code
20227
 
Solicitation Number
Reference-Number-PF02PR00246
 
Point of Contact
Kawan Langford, Contract Specialist, Phone 202-874-6634, Fax 202-874-7275, - William Boyd, Contracting Officer, Phone (202)874-6716, Fax (202)874-7275,
 
E-Mail Address
antonio.langford@fms.treas.gov, william.boyd@fms.treas.gov
 
Description
This notice is a combined synopsis/solicitation for commercial off the shelf (COTS) services prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. Solicitation No. PF02PR00246 is being issued as a Request For Proposal (RFP). This announcement constitutes the only solicitation, proposals are being requested, and a written solicitation will not be issued. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-09. The North American Industry Classification System (NAICS) code is 611410, with a corresponding size standard of $5.0 Million. The company size status for this procurement shall be identified in the proposal. The Department of the Treasury, 401 14th Street S.W., Washington D.C. 20227, intends to award a purchase order utilizing Simplified Acquisition Procedures (SAP), with associated provisions and clauses for Commercial Items. Requirement is for two (2) business related training courses, see attached Statement of Work (SOW). All qualified business sources are encouraged to submit a proposal for agency consideration to antonio.langford@fms.treas.gov. The Government will evaluate all proposals and award on the basis of technical acceptability, past performance, and price. Technical acceptability will be determined based on proposal clarity and approach, and demonstrated understanding of the requirement. It is critical that proposals provide sufficient detail to allow evaluation (see FAR 52.212-1), but should not exceed 20 (twenty) single-sided 8 1/2 x 11 pages [not including copies of any resumes, limit resume pages to two (2)]. Include two (2) separate sections, one Technical, the other Pricing. Include separate pricing for each class offering. The Government anticipates award of a commercial item purchase order to the responsible offeror whose offer provides the best value to the Government. Award will be made utilizing the Simplified Acquisitions Procedures outlined in FAR subpart 13.5. Questions regarding this procurement must be submitted in writing by 3:30 PM EST, 19 Sept 2002. Questions may be sent by email to: marge.laigaie@fms.treas.gov, with a copy to: antonio.langford@fms.treas.gov. Question received after the date indicated above will not be guaranteed a response by the closing date of the solicitation. No telephonic inquiries will be accepted, however vendors may inquire by phone as to receipt of questions. Include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items (July 2002) with your proposal. The following clauses and provisions apply to this solicitation and resulting award, and are hereby incorporated by reference: 52.203-6, 52.204-6, 52.212-1, 52.212-3, 52.212-4, 52.212-5, 52.219-9, 52.225-1, 52.225-3, 52.225-13, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.232-33. Clause(s) may be viewed in full text at http://www.arnet.gov/far. Responses must be in writing and are due by 3:30 PM EST on 23 Sept 2002. Proposal should be sent via email to: antonio.langford@fms.treas.gov, but may be mailed to the POC at the address listed above. Responses must include the Representations and Certifications. Offerors should verify current registration with the VETS 100 Compliance Program, and the Central Contractor Registration (CCR). STATEMENT OF WORK (SOW) I. DESCRIPTION OF THE TASK 1. Introduction The Philadelphia Financial Center (PFC) issues federal payments for major Government benefit, salary and vendor payments. The PFC currently employees approximately 165 full-time employees in clerical, technical, administrative and trade occupations. 2. Purpose and Objectives The Philadelphia Financial Center is looking to increase the knowledge and operational skills of Philadelphia Financial Center employees in business writing for use on-the-job and increase the abilities of supervisors and analysts to communicate orally with groups of employees. 3. Scope The Philadelphia Financial Center is seeking a contractor to develop two (2) separate courses and conduct a series of training classes for approximately sixty-three (63) employees. The classes must be custom tailored to create educational experiences to increase the information, knowledge and skills of FMS employees in Basic Business Writing Skills and Introduction to Speech Communication. The contractor will work with our senior management to become familiar with the writing needs of our staff. The course must be tailored for a group of employees who work in a variety of occupations with varying skill level and utilizing FMS work scenarios. The primary focus of the course will be to develop the course attendees? capability to prepare written correspondence, reports, and documentation which will improve their overall work performance and skills. The courses will consists of: A. Basic Business Writing Skills ? Instruction and intensive practice in the development of academic reading and writing skills. Analysis of literary and non-fiction materials. Extensive practice in the writing process, writing of documentation such as reports, essays, etc., that will allow the employee to demonstrate the skills learned. Study and use of advanced grammar. The course will include supervisory positions. B. Introduction to Speech Communication ? Provide a general background in speech communication with emphasis on communication theory, nonverbal communication, listening, interviewing, group behavior, conducting meetings and informative briefings. This course will include analysts and supervisors. Topics covered in the training courses should be those that provide the developmental skills required to advance the employees? performance in both written and oral communications. Each course will consist of lecture, interactive sessions, visual presentations, critiques, and textbook materials for employee use. The course attendees will be somewhat varied and consist of a diverse group of individuals such as analysts, supervisors, technicians, clerks, computer operators, and machine operators with varying lengths of work experience. Classes will run concurrently, between November 2002 through the end of January 2003. Each class will consist of 21 students. Each session will be conducted during normal business hours (8:00 a.m. to 4:30 p.m.) for a three (3) hour period. Total course hours should be 39 hours. There will be one (1) session each week per class of 21 students. The contractor will provide all course materials. 4. Specialized Knowledge or Skill The instructor(s) must have at least three (3) years teaching experience in English and Communications, and must be proficient in English, Writing, and Communications. II. DESCRIPTION OF DELIVERABLE PRODUCTS The contractor must submit the following deliverables with their proposal:  A brief paper outlining the company?s background/history and training philosophy.  Resume of instructor(s) who will be conducting the training courses, which clearly outlines how this individual meets the specialized knowledge necessary for successful instruction.  The contractor shall provide a copy of the introductory course outline and all training handouts to be used by the class participants.  A course evaluation must be given to each participant to rate the class and the instructor at the close of each class. A course evaluation form must be submitted with the contractor?s bid. After contract award, the successful bidder must submit the following deliverables:  The contractor shall deliver four (4) draft copies of all subsequent training courses developed for the Financial Management Service and all training handouts to be used by the class participants.  Completed assessments of each participant must be submitted within 10 workdays of course completion.  A course evaluation completed by each class participant should be submitted within 10 days of course completion. All deliverables will be marked as drafts until accepted by the Contracting Officer. The purpose of the review of the draft training handouts is to provide FMS the opportunity to see how the instructor will approach the training and to provide redirection if necessary. Draft deliverables shall be repeated until the corrections comply with this Statement of Work. The contractor shall be required to revise the deliverable and all documentation to reflect the corrections and enhancements indicated in the official review comments recorded and delivered to the contractor. The contractor shall provide a final delivery of training handouts for each training course. The final delivery shall demonstrate all the requirements outlined in the Statement of Work and the corrections agreed upon by the contractor and FMS from the previous draft deliveries of this product. III. SCHEDULE FOR PERFORMANCE AND DELIVERY/MILESTONE SCHEDULE X = Proposal due Date A = Award Date C = Class Completion Date Deliverables 1-4, Due on X. 1. Briefing paper on company?s background/history and training philosophy 2. Instructor?s resume 3. Draft course outline and training handouts 4. Course Evaluation 5. Meeting to discuss FMS scenarios to be used in course material. Due at a mutually agreeable date, not more than A + 10 working days (wd). 6. Delivery of the courses, Due - A + 30 (wd) 7. Employee Assessments, Due - C + 10 (wd) 8. Course Evaluations, Due - C + 10 (wd) IV. REVIEW PERIOD FOR DELIVERABLE PRODUCTS The Financial Management Service shall have 10 working days to complete the review of the deliverable. If deficiencies are found, the contractor will be notified and shall have 7 working days to correct the deficiency. V. ADMINISTRATIVE MATTERS 1. Location of Performance The development of the training materials will be performed at the contractor?s location. The courses will be conducted in Financial Management Service, Training Room 2, 13000 Townsend Road, Philadelphia, Pennsylvania 19154, using Government office space, equipment, and furniture. 2. Government Furnished Property/Material The Government shall provide a training room with two (2) white boards, a projection screen, overhead projector, slide projector, and two flip charts. We will provide contractor access to a telephone, copier and facsimile machine for use in training purposes only. UNDER NO CIRCUMSTANCES SHALL THE CONTRACTOR REMOVE ANY GOVERNMENT EQUIPMENT FROM FMS? PREMISES WITHOUT PRIOR WRITTEN APPROVAL FROM THE CONTRACTING OFFICER 3. Contractor Furnished Material The contractor will provide all administrative, clerical and secretarial support. The contractor will provide all necessary equipment, supplies and material to perform the requirements of this Statement of Work. Materials developed for this contract become the property of the Government and shall not be used by the contractor. 4. Meetings All meetings will be held at the Philadelphia Financial Center, 13000 Townsend Road, Philadelphia, Pennsylvania. An appropriate meeting room will be provided. 5. +Privacy Act Work on this project may require the contractor to have access to Privacy Information. Contractor personnel handling such information shall adhere to the Privacy Act, Title 5 of the U.S. Code, Section 552a and applicable agency rules and regulations. 6. Travel The contractor will travel, as necessary, within the Philadelphia, PA. metropolitan area for meetings, as applicable; therefore, travel is not authorized under this requirement. 7. Security Clearance Contractor personnel shall obtain appropriate security clearances, if applicable. Coordinate with Contracting Officer Technical Representative (COTR), who is Ms. Margaret Laigaie, Ph. 215/516-8006.
 
Place of Performance
Address: Financial Management Service (FMS), 13000 Townsend Road, Training Rm. # 2, Philadelphia, PA. 19154,
Zip Code: 19154
Country: USA
 
Record
SN00171470-W 20020921/020919213843 (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.