Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 30, 2005 FBO #1220
SOLICITATION NOTICE

U -- Advanced Analysis Training

Notice Date
2/16/2005
 
Notice Type
Solicitation Notice
 
NAICS
611410 — Business and Secretarial Schools
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, USASOC, ATTN:E-2929, Fort Bragg, NC, 28310
 
ZIP Code
28310
 
Solicitation Number
H92239-05-T-0008
 
Response Due
3/4/2005
 
Point of Contact
Ella Porter, Contract Specialist, Phone 910-432-1503, Fax 910-432-9345, - Karen Glass, Contracting Officer/Contract Specialist, Phone 910-432-6145, Fax 910-432-9345,
 
E-Mail Address
portere@soc.mil, glasska@soc.mil
 
Small Business Set-Aside
Total Small Business
 
Description
The US Army Special Operations Command, Fort Bragg, North Carolina has a requirement for Advanced Analysis Training for Budget Analysts and Accountants. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 and FAR Part 13 as supplemented with additional information included in this notice. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTES ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. All quotes must reference Request For Quotation number H92239-05-T-0008. Solicitation document and incorporated provisions and clauses are those in effect through FAC 2001-26. It is the Contractor’s responsibility to be familiar with all applicable clauses and provisions. Full text clauses are available at farsite.hill.af.mil. The North American Industry Classification System Code (NAICS) is 611410. Size Standard is $6M. This requirement is 100% set aside for small business. REQUIREMENT: 1. SCOPE. The Contractor shall provide all labor, equipment, materials and transportation necessary unless otherwise specified in the statement of work. Contractor shall provide two (2) classes for fifteen (15) students per class in Advanced Analysis Training, Analyzing Data using Excel for Optimal Business Decisions. Topics shall include Framing Problems for Analysis, Data Collection Techniques, Data Analysis Using Excel, Interpretation and Presenting Analytical Results using Power Point. Training shall include techniques on analyzing reports and data received from subordinate units and prepared for higher headquarters. Training shall be provided at Fort Bragg, NC. 2. TASKS A. COURSE DESCRIPTION: A five (5) day advanced analysis training course. Contractor shall provide a custom-designed business case and business case analysis workshop and a quantitative and qualitative method for evaluating training. The training shall be custom tailored to the US Army Special Operations Command to improve analytical skills for analysts to include but not limited to financial and performance analysis, budget planning and briefing techniques using live business case methodologies, reports and performance measures. A one to two day informal on site working session with a focus group shall be incorporated to provide information for the training. Instructor(s) shall have technical demonstrated experience with the Department of Defense/Army organizational structure and financial management practices for programs with active and reserve components. Instructor(s) shall be Certified Defense Financial Manager (CDFM). Training will provide continuing professional education credits to support the CDFM continuing education requirements. Training will meet selected Joint Financial Management Improvement Program (JFIP) Core Competencies for budget analysts, management analysts and financial managers. 3. DELIVERABLES: A. SCHEDULE. The Government requires that the iteration of training executed in the following time frames: CLIN 0001-Business Case Design and Develop, 1 each CLIN 0002-Business Case Analysis Workshop Design, 1 each CLIN 0003-Business Case Analysis Workshop, for fifteen (15) students held April 18-22, 2005. CLIN 0004-Business Case Analysis Workshop, for fifteen (15) students held April 25-29, 2005. A list of students, based on experience and proficiency using Excel, will be provided to the successful offeror. 4. PRICE: The price proposed shall include tuition, training materials, instructor salary, travel, transportation, per diem and any other expenses. 5. LOCATION OF TRAINING: Training shall be conducted at a Government provided facility at Fort Bragg, NC. PROVISIONS AND CLAUSES INCORPORATED BY REFERENCE: The following Federal Acquisition Regulation (FAR) provisions are applicable to the acquisition: 52.204-7, Central Contract Registration and 252.204-7004 Alt A, 52.212-1, Instructions to Offers-Commercial Items; 52.212-2, Evaluation Commercial Items, with the following evaluation factors inserted in paragraph (a) of the provision: EVALUATION AND AWARD. Award will be made to the responsive, responsible offeror whose proposal conforms to this solicitation and is the "Best Value" to the Government. The following evaluation factors in descending order of importance will be used to evaluate offers: (1) technical acceptability (2) past performance and (3) price. Technical Acceptability is defined as contractor’s ability to meet, or exceed, the required program schedule, Instructor certification, resumes and documented corporate technical experience in conducting the requested training. To be technically acceptable, the submitting bidder shall demonstrate recent experience in the requested training and past performance information. Contractors are requested to submit past performance information to include the name, phone number, contract number and period of performance for similar services performed. Contractors shall submit a proposed POI to accomplish this training. At a minimum include a description of the Terminal Learning Objectives, Method of instruction, and Course schedule. The resume(s) for the proposed instructor(s) shall describe the type of personnel, skill set, training education, experience, etc. This may be the resume of an individual BUT should not include the individual’s name. Instructors shall speak fluent English. A best value award will be made to the bidder submitting an offer found to be most advantageous to the government. The government will determine technical acceptability during technical review. Contractor’s proposal shall include a detailed POI. To be considered for award, the contractor shall have an active registration in the Central Contractor Registration (CCR). Registration can be completed at www.ccr.gov. End of Clause. Contractors are reminded to submit a completed copy of provisions 52.212-3, Offeror Representations and Certifications-Commercial Items and Defense Federal Acquisition Supplement (DFARS) 252.212.7000, Offeror Representations and Certifications-Commercial Items. The following FAR Clauses are applicable to this acquisition: 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, with the following clauses applicable to the solicitation: 52.222-3, Convict Labor; 52.222-21,Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; 52.222-41, Service Contract Act of 1965 and 52.222-42, Statement of Equivalent Rates for Federal Hires, Instructor, Series 29160, Grade GS9/1, $19.92 per hour; 52.219-6 Notice of Total Small Business Set Aside; 52.252-2, Clauses Incorporated by Reference; 52.252-6 Authorized Deviations in Clauses. Additionally, DFARS 252.212-7001 (Deviation), 252.232-703, Electronic Submission of Payment Requests. Wage Determination No. 1994-2393 Revision 27 is applicable to this solicitation and the subsequent Purchase Order. This determination may be located at the following website www.wdol.gov. PROPOSALS ARE DUE: Quotes shall be received at HQ-USASOC ATTN: AOCO (Ella Porter), Fort Bragg, North Carolina, 28310, not later than 2:00 p.m. ET, 4 March 2005. Fax submissions will be accepted at (910) 432-9345. E-mail submissions will be accepted at portere@soc.mil. It is the contractor’s responsibility to ensure that proposals are received by the contracting officer. Quotes shall include: (1) letter signed by an individual authorized to bind the organization, with a schedule of offered items to include unit and total price, (2) completed Representations and Certifications, and (3) acknowledgement of any amendments that may be issued. Questions concerning this acquisition shall be submitted in writing and e-mailed to the contracting officer’s address provided no later than 2 March 2005. Telephonic questions pertaining to the technical requirement of this solicitation will not be answered. All answers will be provided via an amendment to the solicitation. Any amendments that may be issued will be published in the FBO the same as this combined synopsis/solicitation. The point of contact for this requirement is Ms. Ella Porter, Contract Specialist at (910) 432-1503, e-mail portere@soc.mil. NOTE: THIS NOTICE MAY HAVE POSTED ON WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (16-FEB-2005). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 28-MAR-2005, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/ODA/USSOCOM/FortBraggNC/H92239-05-T-0008/listing.html)
 
Place of Performance
Address: USASOC FORT BRAGG, NC
Zip Code: 28310
Country: US
 
Record
SN00777476-F 20050330/050328212633 (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.