Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 16, 2004 FBO #0963
SOLICITATION NOTICE

U -- Mediation Training Clase for ESGR volunteer ombudsman

Notice Date
7/14/2004
 
Notice Type
Solicitation Notice
 
Contracting Office
M67386 Kansas City, MO
 
ZIP Code
64147-1208
 
Solicitation Number
M6738604T4012
 
Response Due
8/3/2020
 
Archive Date
9/2/2020
 
Point of Contact
S. K. Brackney 816-843-3710
 
E-Mail Address
Contact the contract spedialist
(brackneysk@mcsa.usmc.mil)
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and should be submitted based on this notice. Solicitation No M67836-04-T-4012 applies and is issued as a Request for Quotation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular #24. NAICS code 611430 applies; the small business size standard is $6,000,000. CLIN 0001 Mediation Training Class, Qty 2, U/I EA, CLIN 0002 Student course materials, etc., in accordance with the SOW, QTY 54, U/I EA. CLIN 0003, Travel expenses reimbursement. Reimbursement will not exceed the rates included in the JTR. QTY 1, U/I LO. The Marine Corps Regional C ontacting Office – Midwest (MCRCO-MW) has a requirement for Mediation training. The contractor shall provide two concurrent classes of three- day (24 hours) training syllabus 23-25 August 2004 at the Doubletree Hotel in Denver, Colorado. The contractor shall customize the instruction for each class of 27 ESGR volunteers who serve as ombudsmen resolving problems between employers and their employees who are members of the Guard and Reserve. The course of instruction shall provide training a basic facilitative mediation process adaptable to particular situations that arise between employers and Guardsmen and Reservists. In addition to basic mediation process, the volunteer students shall be provided experience and practice in effective communication and negotiation skills to be used while assisting in the resolution of employer/employee disputes. The goal of the course of ins truction is to give each volunteer ombudsman a basic level of understanding of the facilitative mediation process and the skills necessary to be effective in assisting others who are in dispute to resolve the conflict with a mutually satisfactory outcome. The course of instruction shall include but not be limited to the following: Overview of the dynamics of conflict in the workplace. Mediation demonstration and discussion of the role of the mediator the basic facilitative mediation process. Using effective negotiation strategies. Individual style assessment and impact on mediation. Dealing with difficult parties in mediation. Ethical and legal considerations in mediation. Students shall participate in three roll-playing exercises. (Mediator – employer – employee) to test and employ comprehensively this course materials. Each volunteer who successfully completes the three-day training course shall receive a certificate indicating completion of the basic mediation training. The Governments intends to supply training rooms at the Doubletree Hotel, Denver Colorado, and an ESGR omsbudman staff member to function as a liaison to oversee the facilities and assist attendees with non-training related issues. Solicitation provision at FAR 52.212-1, Instructions to Offerors-Commercial Items (Jan 2004) is hereby incorporated by reference. FAR Clause 52.212-4, Contract Terms and Conditions-Commercial Items (Oct 2003) is hereby incorporated by reference. FAR Clause 52.212-5 (Jan 2004), Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items are hereby incorporated by reference. The following paragraphs apply to this solicitation and any resultant contract (b)(5) 52.219-8, (b)(12) 52.222-26, (b)(13) 52.222-35, (b)(14) 52. 222-36, (b)(15) 52.222- 37, (b)(24) 52.232-33, and (b)(28)(I) 52.247-64. DFAR Clause 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (May 2004), and DFARS 252.232-7003 Electronic Submission of Payment Requests is hereby incorporated by full text. 52.212-2 Evaluation - Commercial Items (Jan 1999). (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 in descending order of importance: 1. Price and Price Related Factors 2. Past Performance as measured by the attached questionnaire to be completed by previous clients 3. Technical Factorsa. Suitabi lity of course syllabus.b. Experience, training and academic qualifications of instructor(s). Technical and past performance, when combined, are slightly more important than price (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. 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). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of provision) The government intends to make an award to the responsible offeror whose offer is the most advantageous to the government considering price and other factors. The following factors listed in descending order of importants shall be used to evaluate offers: (1) Price, (2) Past Performance, (3) Technical. Technical is approximately equal to cost. Type of contract: A fixed-price contract will be awarded using Simplified Acquisition Procedures. The Government reserves the right to make award on the initial offer received without discussions. The Government reserves the right to eliminate from further consideration those proposals, which are considered non-responsive. Companies wishing to respond to this solicitation should provide this office with the f ollowing: A price quote, submitted on your company letterhead or your standard rd company quotation forms, for the requested items showing solicitation number, unit price, prompt payment terms, and correct address. OFFERS MUST BE SIGNED. Offerors are reminded to include a completed copy of the provisions at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (May 2004), as well as DFARS 252.212-7000, Offeror Representations and Certifications - Commercial Items (Nov 1995), and DFARS 252.225-7036, Buy American Act-North American Free Trade Agreement Implementation Act-Balance of Payments Program Certificate with their offers. Each offer shall include their Tax Identification number, Dun & Bradstreet Code and their Commercial and Government Entity (CAGE) Code. All contractors who provide goods/services to the Department of Defense (DOD) must be registered in the Central Contractor Register (CCR). Further information may be obtained through the Internet at: http://www.acq.osd.mil/dp /dars/index.html, http://www.abm.rda.hq.navy.mil/html, http://farsite.hill.af.mil/. You cannot be awarded a DOD contract if you are not registered in the CCR. The Internet site for registering in the CCR is http://ccr.gov If you do not have Internet access and want to register with a paper form, you should contact CCR Registration Assistance Center at 1-888-227-2423, Customer Service, and request the registration form and assistance packet for your completion. All questions concerning this RFQ must be submitted in writing, no telephonic responses will be processed. Questions should be faxed or email to Ms. S. Brackney, at brackneysk@mcsa.usmc.mil, or mail to 15430 Andrews Road, Kansas City, Missouri 64147-1208 FAX 816/843-3714, or 816/843-3730. Facsi mile quotations acceptable. No oral quotations will be accepted. All responsible sources may submit a quotation, which shall be considered. Please provide past performance questionnaire and course syllabus for an existing course that most closely meets this contract requirement. UNITED STATES MARINE CORPS MARINE CORPS MOBILIZATION COMMAND Marine Corps Regional Contracting Office 15430 ANDREWS ROAD KANSAS CITY, MISSOURI 64147-1207 IN REPLY REFER TO: MEMORANDUM FROM: CONTRACTING OFFICER, MARINE CORPS REGIONAL CONTRACTING OFFICE-KCMO SUBJECT: PAST PERFORMANCE QUESTIONNAIRE, M67386-04-T-4012 1. The Marine Corps Regional Contracting Office in Kansas City, Mo. is in the process of selecting a contractor to provide MediationTraining,_______________________ (your company name), is competing for the contract. We depend on information received from c ompanies such as yours, which have had first-hand experience with the contractor, for an evaluation of the contractor’s past performance. Past performance is a significant consideration in the selection of the successful contractor. 2. Our areas of interest in the contractor are summarized at the bottom of this page. Our schedule is extremely tight and we need your written response on later than seven calendar days after receipt of this letter. To expedite your response, the questionnaire may be filled out by hand and faxed to our secure source selection facility at Area Code (816) 843-3714 or (816) 843-3730. If mailed please return the questionnaire to the following address in a double-wrapped envelope. Marine Corps Regional Contracting Office Marine Corps Mobilization Command 15430 Andrews Rd. Kansas City, Mo. 64147 Attn: Sandra K. Brackney 3. Be aware that once completed, the questionnaire is considered Source Selection Sensitive/For Official Use Only and must be handled accordingly. Please call Ms. Sandra Brackney at Area Code (816) 843-3710 or Mr. Ralph E. Yaple at (816) 843-3707 if you have questions. Thank you for any information you can provide. I. EVALUATING CONTRACTOR/CONTRACT INFORMATION Contractor Name and Address_____________________________________________________________ Contract /Type/Value___________________________________________________________ Work Description/Scope_________________________________________________________ _____________________________________________________________________________ II. PAST PERFORMANCE EVALUATION Rating Description: (Note: Handwritten comments are encouraged to explain ratings). E-Excellent (exceeded requirement), S-Satisfactory (met the require ment), M-Marginal (minor discrepancies), U-Unsatisfactory (did not meet the requirement), ____ Contractor provided course material, relevance to your requirement. ____ Knowledge and effectiveness of the Instructor. ____ Effectiveness of role playing, tests and other practical exercises. If given the opportunity would you consider using this contractor again Yes____ No____ (If no please explain)? PLEASE PROVIDE ANY ADDITIONAL REMARKS ON THE REVERSE SIDE IF NEEDED. NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (14-JUL-2004); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DON/USMC/M67386/M6738604T4012/listing.html)
 
Record
SN00620863-F 20040716/040714213250 (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.