Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 16, 2003 FBO #0688
SOLICITATION NOTICE

U -- Leadership Course

Notice Date
10/14/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
DHS - Direct Reports, United States Secret Service (USSS), Procurement Division, 950 H Street, NW, Suite 6700, Washington, DC, 20223
 
ZIP Code
20223
 
Solicitation Number
USSS040002
 
Response Due
11/21/2003
 
Archive Date
12/6/2003
 
Point of Contact
Simona Pickett, Contract Specialist, Phone (202)406-6940, Fax (202)406-6801, - Joyce Tincher-Harris, Contracting Officer - TAB Branch Chief, Phone 202-406-6940, Fax 202-406-6801,
 
E-Mail Address
spickett@usss.treas.gov, jdharris@usss.treas.gov
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only request for proposals; only e-mail requests for the detailed Form SSF 3154 (Managerial Competencies), as required under this solicitation will be accepted. A written solicitation will not be issued. Solicitation Number USSS040002 is issued as a Request for Proposal (RFP) through Federal Acquisition Circular 01-09. This action is a 100% small business set-aside. The NAICS code is 611310 and the small business size standard is $6.0M. It is anticipated that this requirement will be a Fixed Unit Price, IDIQ type contract for the base year and a Fixed Unit Price, Indefinite Delivery ? Requirements Type contract for the Option Years. The period of performance for this contract shall not exceed five years, which includes one base year beginning on date of award through September 30, 2004 and four option years. The period of performance for Option year one shall be from October 1, 2004 through September 30, 2005; Option year two shall be from October 1, 2005 through September 30, 2006; Option year three shall be from October 1, 2006 through September 30, 2007; Option year four shall be from October 1, 2007 through September 30, 2008. Base Period: Line Item 0001: Four (4) three-day courses on Practical Leadership in accordance with the following general stipulations, academic stipulations and delivery specifications. The following are the GENERAL STIPULATIONS for each seminar: 1) The Vendor will possess very specialized skills, namely, extensive knowledge of and experience with designing curricula and providing instruction to the following trainee population: a) federal agents providing protection services and conducting complex criminal investigations; b) uniformed law enforcement officers providing protective security; c) technical specialists in law enforcement-related scientific disciplines; and d) administrators responsible for developing and regulating the budgetary, procurement, human resource and training, and quantitative/qualitative analytical processes in a federal law enforcement organization; 3) Vendors will submit resumes for all instructors at the time of proposal submission; 4) Vendors shall submit copies of all syllabi, lesson plans and instructional materials as part of their proposal; 5) All vendor products must be in compliance with Section 508 of the Rehabilitation Act; 6) The Government reserves the right to delete or change any course listed as the result of a revision in the governments Management Training curriculum; 7) The government reserves the right to postpone, reschedule or cancel training for the benefit of the USSS. The following are the ACADEMIC STIPULATIONS for each seminar: 1) The contractor shall provide training for up to twenty-four individuals per class; 2) The courses shall address the management skills and functions of communication, decision making, planning, organizing, directing and controlling as they pertain to supervisory and managerial roles within federal law enforcement agencies. Specifically, the vendor shall address: human behavior and motivation, problem solving and decision making, counseling, duty, authority and responsibility, leadership, and stress management of leaders; 3) Lesson plans shall show correlation to managerial competencies as defined by the USSS in SSF 3154; 4) Case Studies and practical exercises shall use federal law enforcement related topics and situations; 5) The vendor shall work with Subject Matter Experts (SME?s) and members of the Academic Process Branch to update/revise course content and delivery methods over the life of the contract; 6) The vendor will or may co-facilitate parts of the course with SME?s from the USSS; 7) Evaluation of services will be completed via student course evaluations and classroom evaluations by the USSS Academic Process Staff. The USSS will share evaluation input with the contractor. Substantially, negative evaluations may necessitate instructor substitution or course material changes. The following are the DELIVERY SPECIFICATIONS for each seminar: 1) The vendor shall provide all instructional materials and handouts with the exception of USSS specific materials that may be produced in-house; 2) In addition to training space, the USSS will provide audio equipment support, including but not limited to overhead projector, white board, easel stand, computer access for Power Point presentations, TV/VCR set-up; 3) The USSS will provide the vendor with course dates a minimum of forty-five days in advance; 4) Course dates for FY 04 are as follows: March 16, 2004 through March 18, 2004; April 13, 2004 through April 15, 2003; and May 11, 2004 through May 13, 2004; and June 15, 2004 through June 17, 2004. All course dates for the option years will be coordinated with the USSS. The vendor shall deliver training at the James J. Rowley Training Center, 9200 Powder Mill Road, Laurel MD; or at 950 H Street, NW, Washington DC; or at a training area within a 25 mile radius of Washington DC; All contactor personnel proposed to work under this contract shall successfully pass USSS background investigations prior to being admitted to the above-listed facilities. The Contractor shall submit SSF 3237?s (12/02), U.S. Secret Service Contractor Personnel Access Form(s), for all proposed personnel after contract award. The contractor agrees that for due cause or anticipated security risk any contractor or subcontractor employee may be removed from duty at the USSS upon the Secret Service?s request. It is the contractor?s responsibility to provide technically competent personnel that do not pose background or security concerns. The following FAR Provisions and Clauses are applicable unless otherwise noted: 52.212-1, Instructions to Offerors-Commercial Items; 52.212-2 Paragraph (a) insert: "The Government intends to award an Fixed Unit Price, IDIQ type contract to the responsible offeror, whose proposal conforms to the solicitation as provided herein and represents the best value to the USSS, past performance and price considered. For evaluation of past performance, the offeror must provide at least three references for contracts/purchase orders of similar services within the last two (2) years. Each reference must include customer's name and address, contact person, project name, date of performance, telephone number and contract value for each reference. If business entity establishment is less than two (2) years, provide related experience of key personnel. Past Performance shall be valued as acceptable or unacceptable." 52.212-3, Offeror Representations and Certifications- Commercial Items; 52.212-4, Contract Terms and Conditions--Commercial Items; 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items. The following clauses cited in 52.212-5 are applicable: 52.219-8, Utilization of Small Business Concerns; 52.217-7, Option for Increased Quantity ? Separately Priced Line Item (insert ?written notice to the contractor prior to expiration of the contract? at fill-in); 52.217-8,Option to Extend Services, insert "30 days"; 52.217-9, Option to Extend the Term of the Contract (insert ?within 30 days of the option period?, ?60 days?, and ?four years and eleven months? at fill-ins in consecutive order); 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; 52.232-19, Availability of Funds for the Next Fiscal Year 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; These FAR Provisions and Clauses may be accessed via the Internet at: http://www.arnet.gov/far/. Telephone requests for copies of FAR Provisions and/or Clauses will not be accepted. Please fax proposals to (202) 406-6801, Attn: Simona Pickett. Proposals must contain the following information: 1) a unit price, extended amount and total cost for each course under the base year (CLIN 0001) and option year?s One through Four; 2) Detailed technical description for each course; 3) Resumes for all proposed instructors; 4) Past Performance information and; 5) completed and signed copy of the FAR 52.212-3, Offerors Representations and Certifications. Written proposals from all responsible offerors shall be forward to U.S. Secret Service via facsimile at (202) 406-6801, Attn: Simona Pickett or via E-mail address: spickett@usss.treas.gov. All proposals must be received no later than 2:00 P.M. (EST), November 21, 2003.
 
Record
SN00451816-W 20031016/031014213026 (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.