Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 18, 2004 FBO #1027
MODIFICATION

R -- Facilitator Services

Notice Date
9/16/2004
 
Notice Type
Modification
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
Defense Logistics Agency, Logistics Operations, DLA-DSS Corporate Contracting Office, 8725 John J. Kingman Road Suite 0119, Fort Belvoir, VA, 22060-6220
 
ZIP Code
22060-6220
 
Solicitation Number
SP4700-04-R-0032
 
Response Due
9/22/2004
 
Archive Date
10/7/2004
 
Point of Contact
Samuel Thompson, Contract Specialist, Phone (703)767-1172, Fax (703)767-1172, - Samuel Thompson, Contract Specialist, Phone (703)767-1172, Fax (703)767-1172,
 
E-Mail Address
samuel_thompson@hq.dla.mil, samuel_thompson@hq.dla.mil
 
Small Business Set-Aside
Total Small Business
 
Description
THE PROPOSAL DUE DATE IS BEING EXTENDED TO 22 SEP 2004, 2:00 P.M.EDT. The following is responses to questions received. Q.1. Who is the incumbent? ? A.1. There is no current incumbent. Q.2. Is GSA pricing accepted? --- we only intend to use GSA for costing but will be discounted in our cost proposal. A.2. To be considered offerors must submit open market proposals. Q.3. When do you expect the contract to start? A.3. No later than 30 September 2004. Q.4. What course topics, or subjects will be included in the instruction classes? A.4. Contractor should refer to 2.0 Expected Outcome. Q.5. This appears to be a new program. Is this the case? A.5. Yes. Q.6. Are there any components currently in place? A.6. No. Q.7. What organizational issues, if any, prompted this solicitation to be on this fast track? A.7. Currently going through an Agency transformation. Q.8. What are your approximate class sizes? (This affects the estimate for travel cost per instructor per class). We'd like to determine the approximate number of classes. A.8. This is at the contractor?s discretion to determine the class makeup for optimum performance and outcome. Contractor should refer to 4.0 Location. Q.9. Do you want a specialized curriculum or are you looking to the Contractor to give you best practices, with customization. Really just tweakiing best practices to your agency. A.9. Contractor should refer to 2.0 expected outcome. Q.10. Do you want a one-day or two-day course for everyone? A.10. This is at the contractor?s discretion to determine the class makeup based on delivery of similar classes and similar subjects. Since this is a form of on-the-job training, the government does not anticipate a requirement of more than 4 hours up to 2 days for any level of the training. Contractor should refer to 4.0 Location. Q.11. With the request for syllabus and lesson plans "no later than 9/30/04, how soon will contract be awarded? A.11. Prior to the end of September 2004. Q.12. Is there currently an incumbent in this position? A.12. No Q.13. Is it possible for a small business to bid on it in partnership with a larger company? A.13. This is at the contractor?s discretion. Q.14. I was wondering if hard copies were required or if electronic submissions were allowed for this proposal. A.14. Contractor should refer to the Request for Proposal for instructions. See Amendment 0001 dated September 12, 2004. Q.15. Is there an incumbent for this work? No. If so, who is the incumbent? A.15. Not applicable. Q.16. Do you anticipate the response deadline being extended? A.16. The response due date has been extended to 21 September 2004, 2:00 P.M. Q.17. Please provide clarification on the following statement: "The Contractor shall provide at its own expense all labor, travel, lodging, administrative costs, training materials, supplies, and equipment, transportation, postage, and other costs that are deemed necessary for satisfactory performance with the exceptions of 1) the on-site training rooms and 2)student special needs accommodations (sign-language interpreter etc.) which will be provided by the host sites after coordination with the contractor." A.17. The Government shall furnish site/meeting training rooms and student specials needs accommodation (i.e., sign language interpreter). The contractor is responsible for other costs associated with the contract as mentioned above. Q.18. Can the RFP be faxed to you on or before September 14, 2004? A.18. See amendment 0001. Q.19. 2.0 Expected Outcome. It says that contractor shall plan, organize, obtain, coordinate, schedule and provide all logistics (equipment, and supplies, reservations and registrations, transportation, and labor, etc. Question: Does this include making travel arrangements (air, hotel, car, etc.) for federal employees attending the training session? Transportation refers to the contractor?s transportation of personnel, materials, equipment, etc? If so, would the contractor use the DLA travel system? . Does the contractor work with a DES employee for travel schedules, pricing, housing, air, car, etc.? A.19 No. The contractor is responsible for making their own travel arrangements. The contractor is not responsible for making travel arrangement for federal employees. Q.20. 4.0 Course Delivery. It says that the contractor may shift funds between labor hours and travel with the prior approval of the COR. Question: There is no line item for labor hours that I can see. What does the statement above mean? A.20. Funds may be reallocated as needed with a contractors?s request to the COR and approval from the Contracting Officer. Q.21 19% of the DES population to be trained are supervisors. Are the supervisors represented in the various field locations described in 4.0? The variance lies between 160-200 supervisors needing specialized training. Would it be reasonable for cost estimate purposes to divide the number of supervisors, by the number of locations listed in 4.0? A.21. 19% supervisor is an estimate that should be applied to each location. Q.22. What do I need to do to receive the RFP mentioned in the solicitation? A.22. The announcement posted in the FedBiz Opps constitutes the only source for this announcement. Copies of the announcement will not be mailed, faxed, or sent out electronically. Q.23. How many hours or days of instruction do you anticipate for each training class? A.23. Refer to question and answer # 10. Q.24. What class size ranges do you anticipate? A.24. Refer to question and answer # 8 Q.24. Do you anticipate that simultaneous classes will be required? A.24. This is at the contractor?s discretion to propose. Q.25. What date do you anticipate that the first class will begin? A.25. NLT second quarter of Fiscal Year 2005. Contractor should refer to 5.0 Course Delivery: Q.26. Can we submit our proposal for solicitation # SP4700-04-R-0032 attached to an email? A.26. Proposals may be submitted electronically. Offerors submitting proposals electronically are advised to send a faxed cover letter stating that their proposal has been submitted electronically. The faxed letter must be signed and in this office No Later Than 21 Sep 2004, 2:00 P.M. EDT. The FedBiz Opps constitute the only source for this announcement. Copies of this announcement will not be mailed, faxed or sent electronically. Contractor should refer to the Request for Proposal for instructions Q 27. Why is turn around so short? A 27 End of year requirement. Q 28. Course delivery: What are the calendar dates important to this proposal? What are the milestone events? Is delivery expected 4th qtr 04 or over 12 months in 05 A 28. Expected delivery is 4th quarter FY04 through FY05. Q 29. Is there currently an incumbent working on this project? A. 29 See answer to Question # 1. Q30. How many participants are you looking to be included per training workshop? At Ft. Belvoir you state there are approximately 330-414 employees to be trained ? what is the maximum class size you are looking to train at one time? A 30. Refer to question and answer # 8. Q 31. Are you looking for one ? eight hour class to incorporate your specified course content or a program made up of 2-3 days? A 31. Refer to question and answer # 10. Q 32. In the opening paragraph of the solicitation it is stated that there is an estimated 8 meetings to be held at Ft. Belvoir - are these meetings solely for the purpose of reviewing course outlines, class schedules, curriculum, as well as review of end reports? A 32. Yes, these meetings are only anticipatory, based on pre-planning and close out of initiative. This number is subject to change. Q 33. Under heading 4.0 Location ? it states that the contractor may be required to meet with DLA or other DoD representatives to discuss course administration, requirements, and logistics ? are these meetings separate from the estimated 8 meetings at Ft. Belvoir? If so where do we show cost for these meetings? A 33. Yes, these meetings are only anticipatory, based on pre-planning and close out of initiative. This number is subject to change. Refer to section 6.0 Contractor Expenses. Q 34. In 4.0 Location ? it states that ?for training estimate purposes, assume as a minimum five trips for multiple days as referenced in 4.0 Course Delivery for a minimum of 2 instructors/facilitators? ? Are you looking at the minimum 5 trips as administrative trips or trips to conduct actual training? Do you prefer to have at least 2 instructors per training session? A 34. Five trips for multiple days are actual training days. It is up to the contractor to determine the number of instructors. Two was the minimum number of instructors/facilitators. Q 35. Section 15.0 Special Criteria and Objectives for Proposal states that we are to keep the number of pages for the proposal to fewer than 50 pages ? does this page limitation include training draft syllabi, lesson plans, handouts, and course profiles? A 35. Yes Q 36. We are confused as to the Pricing of Travel Costs for all aspects of this program. Can you please provide further detailed information on how we should price our travel? A 36. This is at the contractor?s discretion to determine travel means. Please refer to Section 4.0 for travel locations. Travel cost refers to contractor travel cost. Q 37. Section 15 Special Criteria and Objectives ? Factor D (2) Travel: per instructor/facilitator direct travel cost (per diem included in class cost). Can you please explain what is meant by ? per diem included in class cost? A 37. Per diem is contractor per diem which includes costs related to travel (hotel, local transportation, and meals and incidentals). Q 38. Section 1.0 Background ? states that DES is in the process of identifying a formalized DES CSM training program ??.Is this solicitation part of that process to identify a formalized CSM training program or is this solicitation for facilitation purposes only? Will the chosen contractor also be responsible for development of CSM program? A 38. No, the solicitation is not geared toward identifying a formalized CSM Program. The contractor is responsible for developing and facilitating the customer service training for all levels of the DES workforce as identified in Section 2.0. No, the contract is not responsible for developing a CSM Program. Q 39. If the response is sent via Federal Express how many copies should be sent? Do you prefer responses to be sent electronically? ] A 39. A minimum of 3 copies unless otherwise stated. Q 40. Paragraph 15 of the proposal appears to indicate that DLA wishes bidders to submit a complete draft training plan (including class schedules and locations), syllabus, lesson plans, all handouts, and the course profile as part of the proposal, rather than as a deliverable. Is this interpretation correct? A 40. See Question and answer #34. Q 41. What Customer Satisfaction System does DLA currently use? A 41. DES is in the process of establishing a customer satisfaction training initiative. Q 42. If the answer to #41 above is a custom system developed by or for DLA, can bidders have access to documentation about it? A 42. Not applicable. Q 43. We are interested in submitting a proposal for SP4700-04-R-0032. It is our first time to submit for such an opportunity on fedbizopps.gov, and we are a bit confused. It says the posted date is Sept. 8, with a response date of Sept. 14. What exactly do you need by the 14th? A full proposal? A statement stating that we are interested in submitting a full proposal at a later date? A 43. A proposal is required by September 21, 2004 as stated in amendment 0001. THE PROPOSAL DUE DATE IS BEING EXTENDED TO 22 SEP 2004, 2:00 P.M.EDT.
 
Place of Performance
Address: Various DLA Installation
 
Record
SN00674645-W 20040918/040917083547 (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.