Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 25, 2003 FBO #0758
SOLICITATION NOTICE

R -- Preseparation Seminars for Separating and Retiring United States Coast Guard Military Personnel

Notice Date
12/23/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
DHS - Direct Reports, United States Coast Guard (USCG), Commandant (G-ACS), U.S. Coast Guard Headquarters, 2100 Second St., SW, Washington, DC, 20593-0001
 
ZIP Code
20593-0001
 
Solicitation Number
DTCG23-04-R-PPA001
 
Response Due
1/12/2004
 
Archive Date
2/12/2004
 
Point of Contact
Sandra Queen, Contract Specialist, Phone 202-267-2482, Fax 202-267-4019, - Cecelia Royster, Contracting Officer, Phone (202) 267-2525, Fax (202) 267-4019,
 
E-Mail Address
squeen@comdt.uscg.mil, croyster@comdt.uscg.mil
 
Description
SYNOPSIS AND SOLICITATION: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is DTCG23-04-R-PPA001, which is a Request for Proposal (RFP). The NAICS code is 611430. Small Business size standard is 6.0 Million. The proposed contract is 100% set-aside for Small Business concerns. This solicitation incorporates provisions and clauses that are in effect through Federal Acquisition Circular 01-18. The period of performance is for a Base period, with four one-year options. The Coast Guard is seeking to obtain Technical Support for Career Transition Seminars for the U.S. Coast Guard Separating and Retiring Coast Guard personnel and their spouses. The Career Transition Seminars shall encompass employment assistance and shall not be limited to personal skills assessment, psychological and job interest aptitude inventory, information concerning resume writing, job search, placement, interviewing, negotiation, and training. Training should also include Coast Guard Transcript Request Form 1560d (Enclosure 1), DOD job search, transition bulletin board, Troops to Teachers, Federal and State employment, finances and unemployment per Pre-Separation Counseling Checklist DD2648 (Enclosure 2). These seminars shall include group and individual exercises over a three-day period. The contractor shall tailor the seminars to the two target audiences: (1) Seminar A - The Enlisted and Officer ranks with various levels of military service and (2) Seminar B - Flag Officers. For executive level seminars, the instructor shall provide additional materials that are suitable for the level of knowledge, skills and abilities for senior level members. The Program Manager will approve the materials no later than 45 days prior to the first seminar. Offerors shall provide prices for the following Contract Line Item Numbers (CLINS). CLIN 0001 - Seminar A. CLIN 0002 - Seminar B. CLIN 0003 - Travel (Estimated total amount Not-To-Exceed ceiling amount). Seminar B will only be required during the Base Year, Option Year Two and Option Year 4. The travel CLIN will be included in the Base and Option periods. The U.S. Coast Guard intends to enter into a Firm-Fixed Price, Indefinite Delivery, Indefinite Quantity contract. The minimum order quantity is ten (10) seminars annually and the maximum order quantity is thirty-five (35) for the base year and all option periods, if exercised. Base Period - CLIN 0001, CLIN 0002, CLIN 0003 - Contractor Travel Not-To-Exceed $29,000.00 (Contract award through 9/30/04). Option Year 1 - CLIN 1001, CLIN 1003 ? Contractor Travel Not-To-Exceed $29,000.00 (Period 10/1/04 through 9/30/05). Option Year 2 - CLIN 2001, CLIN 2002, CLIN 2003 ? Contractor Travel Not-To-Exceed $31,000.00 (Period 10/1/05 through 9/30/06). Option Year 3 - CLIN 3001, CLIN 3003 ? Contractor Travel Not-To-Exceed $31,000.00 (Period 10/1/06 through 9/30/07). Option Year 4 - CLIN 4001, CLIN 4002, CLIN 4003 ? Contractor Travel Not-To-Exceed $33,000.00 (Period 10/1/07 through 9/30/08). The type of seminar to be conducted by the contractor, as well as the Place of Performance for that seminar will be specified on a Task Order issued at least 15 working days prior to commencement of that seminar. Place of Performance for seminars include: Washington, DC; Boston, MA; Miami, FL; Alameda, CA; Kodiak, AK; and New Orleans, LA. The Government requires delivery to be made according to the following schedule: 1) A kick-off meeting between the Contractor, the Contracting Officer and the Contracting Officer?s Technical Representative (COTR) within 10 working days after award of the contract to discuss contract objectives at Coast Guard Headquarters. 2) The contractor shall develop a Seminar Outline no later than 15 working days after contract award. The Government will review and approve the Seminar Outline no later than 10 days after receipt. 3) A progress meeting between the Contractor and the COTR no later than 10 working days after completion of the first Career Transition Seminar. The Contractor shall hold a progress meeting with the COTR and or Alternate COTR upon request of the Government. Requests to the Government shall be made at least 5 working days prior to reviewing any issues or progress during the contract. These meetings may be conducted via telephone, e-mail or in person at the discretion of the Government. The Contractor/Project Manager/Alternate Project Manager shall meet at least bi-weekly with the COTR and/or Alternate COTR during the first two months of the contract to discuss performance problems and review Contractor corrective actions. Meetings will be held thereafter at intervals to be established by the COTR and/or Alternate COTR. The contractor shall provide a Project Manager to be responsible for all work performed under the contract and to be point of contact to the Coast Guard Contracting Officer. During the absence of the Project Manager, an Alternate Project Manager shall serve as the Government point of contact. The Project Manager and or Alternate Project Manager shall have authority to act for the Contractor on all contract matters and technical matters relating to daily operation of the contract. The Project Manager or Alternate Project Manager shall be available during normal duty hours for discussion and resolution of problem areas. The Project Manager or Alternate Project Manager must be available to respond within 24 hours for routine matters and three hours for emergency matters. The Project Manager and/or Alternate Project Manager may also be proposed as a Seminar Instructor provided they meet all of the requirements for a Seminar Instructor. The contractor shall include a Resume for the Project Manager, Alternate Project Manager, Seminar Instructors, and any substitutions. The contractor agrees to assign to the contract those persons whose Resumes where submitted with the proposal. A Resume for the proposed substitute, and any other information requested by the Contracting Officer needed to approve or disapprove the proposed substitution must be submitted in writing at least 15 calendar days prior to the proposed substitutions. All proposed substitutes must have qualifications that are equal to or higher than the qualifications of the person to be replaced. The Contracting Officer or an authorized representative will evaluate such requests and promptly notify the Contractor of his approval or disapproval thereof. The Project Manager, Alternate Project Manager, Seminar Instructors, and any substitutions are considered Key Personnel. The Instructors shall be able to read, write, speak and understand English fluently. The contractor employees used on the contract shall be citizens of the United States, or, legal residents of the United States. The contractor?s employees shall observe and comply with all applicable local and headquarters regulations, policies and procedures (e.g., fire, safety, sanitation, environmental protection, security, flag officer courtesy, ?off limits? areas, wearing of parts of military uniforms, and possession of firearms). The contractor shall ensure that all contractor employees present a professional appearance as stated in the Department of Labor TAP Manual ? 4.5 Dress for Success at all times and that their conduct shall not reflect discredit on the United States, the Department of Homeland Security, or the Coast Guard. Each seminar shall be a minimum of 3 days in length. Instructional days are considered a 9-hour period, to include a one hour lunch, during the core hours of 7:00 a.m. to 6:00 p.m. Monday through Friday, unless otherwise indicated by the Government or Federal holiday. The Project Manager/Instructor shall contact the area Transition and Relocation Manager (TRM) one week prior to the start date of the Career Transition Seminar to receive the starting and ending days and time of class. Government installations are closed on the following holidays: New Year?s Day, Martin Luther King Jr. Day, Presidents? Day, Memorial Day, Independence Day, Labor Day, Columbus Day, Veterans Day, Thanksgiving Day and Christmas Day. Travel will be paid on a cost-reimbursable basis. Travel at cost shall not exceed Government established Per Diem rates. All travel shall be approved in advance by the COTR via electronic mail. All travel reimbursement will be made in conjunction with the rules and regulations of the Joint Travel Regulations (JTR). Travel will be inclusive of G&A. Profit/Fee shall not be applied to travel. The Government may, at its sole discretion, direct the contractor to remove any employee from the installation for misconduct or security reasons. Such removal does not relieve the contractor of the responsibility to provide sufficient qualified personnel for adequate and timely service. Rationale for removal of the employee shall immediately be provided in writing to the contractor through the Contracting Officer. Contractor employees on-site at Coast Guard facilities shall wear an identification badge furnished by the Contractor. The identification badge, at a minimum, should show the employee?s full name, photograph, Contractor name, and badge expiration date. The Contractor identification badge shall be worn above the waist in plain view at all times. The contractor shall not employ any person who is an employee of the U. S. Government if that employment would, or could appear to cause a conflict of interest. All support positions under the contract are classified as non-critical. However, Contractor personnel may have access to privacy information and shall maintain the privacy and integrity of all such data in accordance with 5 U.S.C. 552a and applicable Coast Guard rules and regulations. The Contractor shall comply with all installation security requirements, regulations and directives. The contractor shall conduct all work in a safe manner and comply with all Occupational Safety & Health Administration (OSHA) regulations and requirements. If the contractor fails or refuses to comply promptly with safety requirements, the Contracting Officer may issue an order stopping all or a part of the work until satisfactory corrective action has been taken. In the event of an emergency such as Acts of God, illness or other unforeseeable events the Seminar Instructor shall notify the Project Manager, the Coast Guard Program Manager and the area Transition and Relocation Manager immediately. The COTR shall complete a Contract Deficiency Report (CDR) (Enclosure 3). Government Furnished Property: The Government will provide the following property: Training room, student tables, speaker table, chairs, and name tents/tags. Overhead projector with large screen. Easel stand, paper and markers. VCR and/or Monitor upon request. Instructors shall check with the area TRM for availability of general equipment and or additional equipment. The contractor shall use the most current Department of Labor (DOL) Transition Assistance Manual. Materials and topics shall be presented in accordance with the table of contents. The Department of Labor manuals will be coordinated with area TRM. The contractor shall furnish all services, material, and equipment including laptop computer, projection equipment, microphones, lapel mikes and amplifying equipment. The contractor shall ensure they have alternate seminar materials in case of technical difficulties. The contractor/Instructor shall contact the area TRM to identify which topics, if any, will be provided by the area TRM. The Contractor shall provide all supplemental materials. Supplemental materials shall include, but not limited to: a. Coast Guard CGI 1560d Transcript Request Form. b. A personality assessment tool such as the Meyers Briggs Type Indicator (MBTI), Kersey Bates, or Personality Style Indicator (PSI) that is self scored and approved by the area TRM. c. Interest Determination, Exploration, and Assessment Systems (IDEAS), Career Interest Card Sort or valid career exploration assessment that is self scored and approved by the area TRM. d. Military Identification Budget Worksheet (Enclosure 4), Financial Planning Worksheet (Enclosure 5) or other financial worksheet approved by the area TRM. e. Instructor shall identify and provide current web resources in conjunction with online job search approved by the area TRM. f. Instructor shall provide current 10 Step overview process (found at www.opm.gov.) and properly formatted sample federal resumes for Federal Civil Service Employment approved by the area TRM. g. Instructor shall provide interview and negotiation exercises in the form of triads, one on one, panel or other arrangement that provides audience participation and feedback that will be approved by the area TRM prior to class. h. Course Critique Form. The area TRM will provide the Course Critique Form to each seminar attendee. The contractor?s own evaluations shall not be used. The area TRM will collect all Critique forms and a copy will be provided to the instructor. The area TRM must approve any additional training materials and or supplies. The Government will evaluate the Contractor?s performance under this contract using the service task requirements and quality standards. When an observed defect is other than minor, or when on-the-spot corrective action as to the cause cannot be taken, the Government will use a Contract Deficiency Report to advise the Contractor of the problem and require Contractor response on corrective action. The Government will provide the CDR within 5 working days of notification of the incident. The Contractor will respond to the CDR within 5 working days of receipt of the CDR. Definitions: Acceptable Quality Level (AQL): The maximum percent of defective performance that may occur before a service is considered to be unsatisfactory. Alterations: The work required to adjust the interior arrangement, on-base location or other characteristics of an existing real property facility to make it better adapted to its intended purpose. Additions, expansions and extensions are not alterations. Contracting Officer?s Technical Representative (COTR): A person designated in writing by a Contracting Officer to perform liaison between the Contractor and the Contracting Officer on contract matters. Contractor: The term ?Contractor? as used refers to the prime Contractor and its subcontractors. Department of Labor (DOL). Facilities: This is buildings, structures and permanently installed equipment. The term does not include materials, special test equipment, special tooling, agency-peculiar property or other non-installed equipment. Interest Determination, Exploration, and Assessment Systems (IDEAS): A self-scoring interest inventory that helps introduce career options and the world of work. Meyers Briggs Type Indicator (MBTI): Personality assessment tool. Occupational Safety & Health Administration (OSHA): The department of the U.S. Government with the responsibility to ensure safety and healthful work environments. Personality Style Indicator (PSI): Personality assessment tool. Transition & Relocation Manager (TRM): Coast Guard Civilian Employees assigned to regional areas, responsible for the transitional needs of all military members and their spouses. The following FAR provisions are incorporated by reference: FAR 52.212-1, Instructions to Offerors-Commercial Items; FAR 52.212-2, Evaluation ?Commercial Items ? The Government will award the 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 offerors: (i) Technical capability: offeror shall submit the following information for technical evaluation: (a) Describe your technical approach for satisfying the requirements for Seminar A and Seminar B, including any topics that you intend to address in each seminar that are in addition to those required by the solicitation, (b) Describe how you will recruit and hire qualified seminar instructors; (ii) Past Performance: Provide a list of similar contracts, delivery orders, purchase orders completed during the past 3 years; a list of similar contracts currently in process; or a combination of both. Similar contracts listed may include any contract entered into with the Federal Government, agencies of state and local governments, and commercial customers. Include the following formation: (a) Name of Contract Activity; (b) Contract Number, (c) Contract Type; (d) Total Contract Value; (e) Description of Contract Work; (f) Contracting Officer Name and Telephone Number; (g) Program Manager Name and Telephone Number (if applicable); (h) Contracting Officer?s Technical Representative Name and Telephone Number; and (i) Administrative Contracting Officer?s Technical Representative (if different from (f)); and (iii) Price: The Government will award the contract to the offeror who has the best overall value on the basis of its offer and its capability to perform the work. Technical capability and past performance are of equal importance, and when combined are of more importance than price. Offerors shall include a completed copy of the provision FAR 52.212-3, Offeror Representations and Certifications-Commercial Items with their offer; FAR 52.212-4, Contract Terms and Conditions?Commercial Items; The following terms and conditions are added as an addendum to this clause: 52.216-18 (insert: date of contract award through contract expiration); 52.216-19 (insert: (a) Minimum order: 10, (b) Maximum order: 35, (b)(2) Any order for a combination: 35, (b)(3) A series of orders from the same ordering office within 30; 52.216-22 (insert: the date specified in the order); 52.217-8 (insert: 30 days prior to contract expiration); 52.217-9 (insert: 30 days, 60 days, 5 years); FAR 52.212-5 (a); (b) (1), (5)(i), (7), (16), (17), (18), (19), (29); (c) (1), (2); (d); and (e). The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirements. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). Proposals must be received by 2:00 PM EDT on January 12, 2004 to the following address: Commandant (G-ACS-2A/SQ), Department of Homeland Security, U.S Coast Guard Headquarters, 2100 Second Street, SW, Washington, DC 20593-0001, Attn: Sandra A. Queen. Your proposal shall consist of a total of 3 copies (1 original and 2 copies). For information call Sandra A. Queen at (202) 267-2482. Numbered Note 1 applies.
 
Record
SN00494820-W 20031225/031223211536 (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.