Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 13, 2004 FBO #0808
SOLICITATION NOTICE

U -- The Leadership School and Performance Management courses

Notice Date
2/11/2004
 
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
USSS040021
 
Response Due
2/25/2004
 
Archive Date
3/11/2004
 
Point of Contact
Lachon Langham, Contract Specialist, Phone 202-406-6940, Fax 202-406-6801,
 
E-Mail Address
llangham@usss.treas.gov
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial service prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; written proposals are being requested. A written solicitation will not be issued. Only e-mail requests for the detailed Form SSF 3154 (Managerial Competencies), as required under this solicitation will be accepted. Solicitation number USSS040021 is issued as a Request for Proposal (RFP) through Federal Acquisition Circular 01-18. 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, Indefinite Delivery/Indefinite Quantity type contract. The contract period of performance shall not exceed five (5) years, which shall include a base period and four-one year options. The base period shall be from date of award through September 30, 2004; 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; and Option Year Four shall be from October 1, 2007 through September 30, 2008. Base Period: Line Item 0001: Six (6) three-day courses on the Leadership School for approximately 24 students; Line Item 0002: Four (4) two-day courses on Performance Management for 24 students. The following are 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 investigation; 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;2) All vendor personnel shall obtain access to training sites per U.S. Secret Service security requirements; 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 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 the Leadership School: 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 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 will work with USSS Subject Matter Experts (SMEs) and members of the Academic Process Branch to update/revise course content and delivery methods over the term of the contract; and, 6) The vendor will or may co-facilitate parts of the course with SMEs from the USSS; 7) Evaluation of services will be completed via student course evaluations and classroom evaluations by the USSS Academic Process Staff. The following are the ACADEMIC STIPULATIONS for Performance Management: 1) The contractor shall provide training for up to twenty-four individuals per class; 2) This course addresses realistic tactics to positively manage and resolve conflict; identifying underachieving and disgruntled employees, and how to motivate them; identify the performance problem and be able to articulate it, both verbally and in writing; and the ability to recognize acceptable performance vs. a problem employee. Lesson plans shall show correlation to managerial competencies as defined by the USSS in SSF 3154; 3) Case studies and practical exercises shall use USSS related topics and situations; 4) The vendor shall work with USSS Subject Matter Experts (SMEs) and members of the Academic Process Branch to update/revise course content and delivery methods over the terms of the contract; 5) The vendor will or may co-facilitate parts of the course with SMEs from the USSS; and, 6) Evaluation of services will be completed via student course evaluations and classroom evaluations by 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 DELIVERY SPECIFICATIONS for each seminar: 1) The vendor shall deliver training in spaces provided by the Secret Service. Training will predominantly be held at the James J. Rowley Training Center, 9200 Powder Mill Road, Laurel, MD or 950 H Street, N.W., Washington, DC, however on occasion the training will be held at a facility not to exceed a 25 mile radius of Washington, DC; 2) Travel within the training area described above will be at the vendor?s expense; 3) The vendor will provide all instructional materials and handouts with the exception of USSS specific materials that may be produced in-house; 4) The USSS will provide audio visual support including, but not limited to: overhead projector, white board, easel stand, computer access for Power Point presentations, TV/VCR set-up; 5) The USSS Contracting Officer?s Technical Representative (COTR) will provide the vendor with course dates a minimum of 45 days in advance; 6) Course dates for Fiscal Year 2004 for Performance Management must include, but are not limited to the following: March 9-10, 2004, May 19-20, 2004, July 13-14, 2004, and August 31-September 1, 2004; and, 7) Course dates for Fiscal Year 2004 for the Leadership School must include, but are not limited to the following: March 23-25, 2004, April 6-8, 2004, May 4-6, 2004, June 8-10, 2004, June 29-July 1, 2004, July 27-29, 2004, August 24-26, 2004, and September 7-9, 2004. All course dates for the option years will be coordinated with the USSS. All contractor 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, 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 request. The following FAR Provisions and Clauses are applicable unless otherwise noted: 52.212-1, Instructions to Offerors?Commercial Items; 52.212-2, Evaluation ? Commercial Items; 52.212-2 Paragraph (a) insert: ?The Government intends to award a 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 Certification-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; 52.222-21, 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; and, 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration, 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), 52.217-9, Option to Extend the Term of the Contract (insert ?within 30 days of the option period?, ?60 days?, and ?four years and seven months? at fill-ins in consecutive order). These FAR Provisions and Clauses may be accessed via the world wide web 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: Ms. Lachon Langham. Proposals must contain the following: 1) a unit price, extended amount and total cost for each course for the base period and option years one through four; 2) Resumes of all proposed instructors; 3) Detailed technical description of each course; 4) Past performance information; and, 5) Completed and signed copy of the FAR 52.212-3, Representations and Certifications (July 2002 edition). Please note: E-mail all requests for SSF 3154 (Managerial Competencies) to: llangham@usss.treas.gov. Facsimile responses are also acceptable. Our facsimile number is: (202) 406-6801. All written proposals are to be received no later than 2:00 P.M., (EST), Wednesday, February 25, 2004.
 
Place of Performance
Address: 9200 Powder Mill Road, Laurel, MD
Zip Code: 20708
 
Record
SN00520203-W 20040213/040211211605 (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.