Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 26, 2003 FBO #0604
SOLICITATION NOTICE

B -- Training and Consulting Services

Notice Date
7/24/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of Labor, Mine Safety and Health Administration, Acquisition Management Division (VA), 1100 Wilson Boulevard Room 2133, Arlington, VA, 22209-3939
 
ZIP Code
22209-3939
 
Solicitation Number
J4r32002
 
Response Due
8/25/2003
 
Archive Date
9/9/2003
 
Point of Contact
Robert Beaty, Contracting Officer, Phone (202) 693-9836, Fax (202) 693-9826, - Darrell Cooper, Director, Acquisition Management Division, Phone (202)693-9831, Fax (202)693-9826,
 
E-Mail Address
beaty.robert@dol.gov, cooper-darrell@msha.gov
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Part 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation for this requirement. Proposals are being requested and a written solicitation will not be issued. The solicitation number is (J4R32002). This is a full and open competition and will result in the award of a firm fixed price contract. The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 01-14 effective 6/23/2003. STATEMENT OF NEED. The Mine Safety and Health Administration (MSHA) has a requirement for continuation of an effort to evaluate agency training programs for enforcement, engineering, and education and training, against industry standards and the MSHA job Task Analyses (JTA’s). This contract will continue program implementation of recommendations contained in the study “the Role of Training and Development in Implementing Initiatives and Prerogatives to Improve the Effectiveness of MSHA.” The contractor will provide written evaluation results with sufficient content for the making of management decisions to improve the effectiveness of Agency training programs. The contractor shall: 0001Prepare a comprehensive written training program improvement plan for modifying MSHA’s staff training programs. This plan will be based on an analysis of the JTA’s and a comparison of the training needs with the most effective training methodology. 0002 Develop an expanded and improved process for advertising for job applicants based on identified skills in the JTA’s. 0003 Develop an assessment process for selecting MSHA job applicants based on the JTAs. DELIVERABLES. Deliverables are to be completed within 6 months of the award of the contract and will include: 1.A comprehensive recruitment and hiring plan that: includes a draft vacancy announcement linked to MSHA Job Task Analyses (JTA), and an evaluation tool (and training for managers in using this tool) to measure knowledges, skills and abilities (detailed crediting plan) against MSHA JTA standards, and a standardized evalulation process for interviewing potential employees. The goal of these processes is to enable management to obtain the most information and uniformly identify the best possible candidates prior to making any Agency commitment to hire. This plan will include an evaluation process for evaluating employees at 4 and 8 month intervals during the 1 year probationary period; and will also include a detailed plan/process for further evaluation of candidates post hire in order for management to design individual educational development plans that build on individual strengths and improve overall competencies. 2. A review of existing entry-level training programs content against MSHA JTAs to determine the most effective delivery methods for each aspect of training (computer based training, classroom training, On-the Job Training (OJT)/mentoring). This review will also include a recommended outline for OJT and selection and training criteria for mentors, a clearly defined process for linking classroom training to field skills, and an overall evaluation which addresses strengthening the links between Job Task Analysis, classroom training, and OJT. 3. A plan and broad recommendations for a process for making some of the components of inspector training available for industry training programs and vice versa. The recommendations will include suggested delivery and outreach methods, in particular relative to industry training. FAR CLAUSES AND PROVISIONS. The following FAR provisions and clauses apply to this solicitation: 52.212-1 Instructions to Offerors – Commercial Items; 52.212-2 Evaluation – Commercial Items. The following evaluation criteria, listed in order of importance, are hereby included in paragraph (a) I. Proven ability to assess a government enforcement agency and mining industry programs against established industry standards for effectiveness; in particular where compliance with federal regulation are carried out nation wide. II. Proven ability to assess organizational structure and management and recommend modifications or new organizational design. III. Past performance in: Mine safety, mine inspection, mine rescue procedures, and regulatory enforcement processes as they apply to surface and underground mines - coal, metal and nonmetal, sand and gravel, etc. Technical training development. Federal human resource procedures as they relate to training. Practical compliance and training program design or restructure plan development. IV. Experience and knowledge of The Mine Safety & Health Administration’s functions and operations. V. Proven corporate capability based on past performance. VI. Expertise of project staff and time committed to the project. 52.212-3 Offeror Representations and Certifications – Commercial Items. Please note that a completed copy of this clause must accompany your proposal; 52.212-4 Contract Terms and Conditions- Commercial Items , and; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Items. PROPOSAL CONTENTS. Offerors are to submit offers that address all facets of the project as indicated above, including the evaluation factors. The offeror shall also provide a written plan and schedule for the project. This plan must contain sufficient detail to facilitate reasonable scheduling of appropriate activities and personnel without significant interruption to the Agency activities. The plan must also contain sufficient data for MSHA to assess contractor resource and expertise committed to each phase of the project. This plan must indicate milestones during the project for progress assessment and mid-course corrections if necessary. Resumes for all personnel to participate in this project shall also be provided as part of the proposal. All personnel named in the proposal shall participate in the study. If for any reason, personnel listed in the proposal are unable to participate in the study, the education and experience of any proposed substitute will meet or exceed those of the unavailable individual. Resumes of any such substitute personnel shall be forwarded to the Contracting Officer or Contracting Officer’s Technical Representative, to be named at contract award, at the time of the proposed substitution. Offers shall also contain the fully loaded hourly rate to be charged for all proposed personnel and shall contain a total, fixed price for this effort. Proposals are to be forwarded to: Robert Beaty, Contracting Officer, Mine Safety and Health Administration, 1100 Wilson Blvd, room 2133, Arlington, VA 22209-3939 on or before 3:00 pm EDT August 25, 2003. Requests for further Information regarding this solicitation may be addressed to Robert Beaty, Contracting Officer, at the above address, or by e-mail at beaty.robert@dol.gov, or by fax at 202-693-9826. No telephone requests will be accepted. The Government assumes no liability for any bid and proposal costs incurred by any offeror as a result of this solicitation.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DOL/MSHA/ArlingtonVA/J4r32002/listing.html)
 
Record
SN00382609-F 20030726/030724224514 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.