Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 03, 2003 FBO #0520
SOLICITATION NOTICE

R -- Instructional Support Services

Notice Date
5/1/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Treasury, Internal Revenue Service (IRS), National Office Procurement (A:P), 6009 Oxon Hill Road, Suite 500, Oxon Hill, MD, 20745
 
ZIP Code
20745
 
Solicitation Number
TIRNO-03-Q-00050
 
Archive Date
6/17/2003
 
Point of Contact
Helen Carmona, Contract Specialist, Phone 202-283-1514, Fax 202-283-1514, - Helen Carmona, Contract Specialist, Phone 202-283-1514, Fax 202-283-1514,
 
E-Mail Address
helen.d.carmona@irs.gov, helen.d.carmona@irs.gov
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/RFQ for commercial items prepared in accordance with the format in Subparts 12 & 13, as supplemented with additional information included in this Notice. This notice constitutes the only RFQ; proposals are being requested via this notice; a separate solicitation will not be issued. The IRS seeks instructional services of the IRS-developed 2 ? day class on Strategic Planning, Budgeting, and Performance Management. The North American Industry Classification System code is 611430; the small business size standard is $6.0 million. The RFQ number is TIRNO-03-Q-00050. A fixed-rate, indefinite delivery/ indefinite quantity, task order contract will be awarded from this RFQ. The guaranteed minimum is 1 class and the estimated maximum is 6 classes per contract period of performance. Offers are due 3:00 PM, EST, Monday, June 2, 2003; at Rm. 500 at the above address. Submit questions via e-mail to helen.d.carmona@irs.gov. This RFQ and the incorporated clauses/provisions are those in effect through Federal Acquisition Circular 12 (as of 01/24/2003). The following FAR clauses/provisions apply to this solicitation: FAR provisions: 52.212-1 and 52.212-2; FAR clauses: 52.212-4 and 52.212-5. The following FAR clauses cited in clause 52.212-5 paragraphs (a) & (b) are applicable: 52.222-26; 52.222-35; 52.222-36; 52.222-37; 52.217-8, & 52.217-9. FAR clause 52.212-3 must be submitted with any offer. These and all other FAR clauses referenced in this CBD/RFQ notice are accessible via the INTERNET at http://www.arnet.gov.far. PERFORMANCE PERIOD: 12 months from the date of award with four 1 year option periods. PRICE: There is only 1 contract line item number (CLIN). The Contractor shall provide all associated services and otherwise do all things necessary for or incidental to providing class preparation and instructional services on the IRS 2 ? day class for Strategic Planning, Budgeting, and Performance Management. The proposed hourly rate shall be applicable for all contract periods. CLIN 0001 ? Estimated Hours Not-to-Exceed 250 hours. STATEMENT OF WORK: Instructional Support Services - Strategic Planning Budgeting & Performance Management: A - GENERAL: The Government anticipates award of an Indefinite Quantity/Indefinite Delivery (ID/IQ), Firm-Fixed Price (FFP) contract with a 12 month base period from date of award and 4 one-year option periods. B - REQUIREMENTS: The Internal Revenue Service (IRS), CFO Finance Training, requires an instructional support services to provide Federal Financial Management Training at various locations throughout the contiguous United States. The Contractor (Instructor) shall be required to be prepared for and provide instruction of the IRS-developed 2 ? day class on Strategic Planning, Budgeting, and Performance Management. The Instructor shall be knowledgeable on the Government Performance and Results Act (GRPA) and the Office of Management and Budget (OMB) Circular A-11 relative to current IRS procedures. The Instructor shall have a demonstrated understanding of the IRS structure and function (the organization, mission, goals, strategies, and performance management plans). The Instructor shall have documented on-hands, experience in the development and management of strategic planning at a large U.S. government agency. The Instructor shall be available to teach a minimum of 1 class per contract period with an estimated maximum of 6 classes per contract period. C - COURSE DESCRIPTION: The Instructor shall provide training on the following topic: STRATEGIC PLANNING BUDGETING and PERFORMANCE MANAGEMENT (2 ? days). Training shall consist of the overall IRS Strategic Planning, Budgeting, and Performance Management process with an overview of each phase and the roles and responsibilities, deliverables, and timetable associated with each phase (see the following website for additional information http://sbse.web.irs.gov/srpm/SRPMStrategicPlanningDoc.htm). Additionally, discuss the role of GPRA and OMB Circular A-11 in meeting the IRS SPB&PM requirements; the use of analytical tools in the development of Trends, Issues and Problems (TIP) and Drivers of Program Resources (DRIP) analysis; the development of the Strategic Assessment Report, Strategy and Program Plans; and the Monthly Business Performance Reviews. D - STATEMENT OF WORK: In accordance with a Government-provided course roster prepared for the duration of each fiscal year, the Instructor shall deliver the scheduled classes on each date and at the location specified. Classes may be scheduled in any major contiguous U.S. city; however, for the base period of the contract, the majority of classes will be held in New Carrollton, MD., and Atlanta, Georgia. It is currently estimated that classes, for the base period only, will be scheduled as follows: Estimated # of Classes ? 4. Locations: New Carrollton, MD ? November 2003 ? 2 classes; New Carrollton, MD ? December 2003 ? 1 class; Atlanta, GA ? January 2004 ? 1 class. The final training schedule will be developed and mutually agreed upon during the first month of contract performance. The final training schedule for each contract period of performance will be incorporated into the contract via modification. Classes will have a minimum of 15 students and a maximum of 25 students. Not less than three (3) weeks before the scheduled class, the IRS will confirm the course start/end dates, exact course location including street address and room number, and a local training contact person. The Government will provide a training facility to accommodate a group classroom style. Also provided will be a head table and chair for the instructor, blackboard or whiteboard and chalk, flipchart, markers, and overhead projector. The Government will provide each student with a set of course materials, including handouts, and all administrative items such as blank roster, attendance sheets, and evaluation forms. Upon completion of each course, the Contractor shall provide the Contracting Officer?s Technical Representative (COTR) with copies of student evaluations in a written format. Any work-product developed during the course of this contract shall be for the Government?s use and ownership. E - ADDITIONAL INFORMATION: Cancellation or rescheduling of any course for reason beyond the control of the IRS can be made by telephone and confirmed in writing by the COTR. The contractor may charge customary commercial prices for all other cancellations or course rescheduling. F - TRAVEL: Instructor travel expenses, in direct support of the SPB&PM course, shall be reimbursed, with the prior approval of the Contracting Officer's Technical Representative (COTR), in accordance with Part 31 of the Federal Acquisition Regulations (FAR) and the Federal Travel Regulations (FAR). G - EVALUATION FACTORS FOR AWARD -- COMMERCIAL ITEMS -(a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers. ADDENDUM: This requirement will be processed under FAR 13.5 TEST PROGRAM FOR CERTAIN COMMERCIAL ITEMS, SIMPLIFIED ACQUISITION PROCEDURES. When acquiring commercial items using the procedures in FAR 13.5, the requirements of FAR 12 apply, subject to the order of precedence provided at AR 12.102(c). Offers will be evaluated in accordance with FAR 13.106-2 EVALUATION OF QUOTATIONS OR OFFERS. The Government will award a contract resulting from this solicitation to responsible offeror whose offer, conforming to the solicitation, will be most advantageous to the Government, price and other factors considered. The following factors will be used to evaluate initial offers: The evaluation factors for the award consist of technical factors and price and price-related factors. The following technical factors/sub factors are set forth in descending order of importance: 1. Technical Evaluation Factors: a) Past Performance/Experience. (1): Prior past performance and work experience will be evaluated to determine relevancy to the Statement of Work requirements. (2): The proposal will be evaluated on the Offerors documented experience over the past five (5) years in developing course materials in Strategic Planning, Budgeting, and Performance Management. b) Experience and Past Performance of Proposed Instructors. (1) The submitted resume for the proposed instructor(s) will be evaluated to ensure that the qualifications and work experience (over the last 5 years) relates to the training to be provided. 2. Price Evaluation: Price will be another factor in the overall evaluation of the offers. However, the overall technical factors are more important than price. Offerors shall submit their offer using a combination of standardized and customized materials not exceeding 40 pages. Numbered Note #1 applies.
 
Record
SN00316324-W 20030503/030502074054 (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.