Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 30, 2005 FBO #1251
SOLICITATION NOTICE

R -- IT Training Facilitator

Notice Date
4/28/2005
 
Notice Type
Solicitation Notice
 
NAICS
541618 — Other Management Consulting Services
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Acquisition and Grants Office, SSMC4 - Room 7601/OFA61 1305 East West Highway, 7th Floor, Silver Spring, MD, 20910
 
ZIP Code
20910
 
Solicitation Number
TAIP3500-5-90331
 
Response Due
5/12/2005
 
Archive Date
5/25/2005
 
Small Business Set-Aside
Total Small Business
 
Description
The U.S. Department of Commerce, International Trade Administration (ITA), Office of the Western Hemisphere has a requirement to provide training facilitator. The contractor shall provide IT Training Facilitator in accordance with the included Statement of Work entitled, ?Technology Management Training?, dated April 27, 2005. This is a combined synopsis/solicitation for commercial acquisition prepared in accordance with Subpart 12.6 of the Federal Acquisition Regulation, 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. Solicitation number TAIP3500-5-90331 is issued as a Request for Quote. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-03. This requirement is a 100% small business set-a-side. The associated North American Industry Classification System Code (NAICS) is 541618 and small business size standard is $6M. The Contractor shall provide services in accordance with the following Statement of Work. STATEMENT OF WORK Information Technology Management Training I. INTRODUCTION/BACKGROUND The U.S. Department of Commerce (DOC), International Trade Administration (ITA), Office of the Western Hemisphere is planning the 2005 Inter-American E-Business Fellowship Program. Through two separate three-week training programs, Central American, Dominican Republic and Andean information technology (IT) managers from traditional manufacturing and services sectors will receive training in the use of IT to improve efficiency and productivity and increase their customer base, with emphasis on supply chain management and the integration of IT into ?back office? operations. The objective of the program is to provide fellows with the tools and perspective to make informed decisions about acquiring, implementing, and planning for the integration of both existing and emerging information technologies into their home companies. II. SCOPE OF WORK The Contractor shall be required to provide Information Technology Management Training for two sessions of the 2005 program. The Contractor shall design, develop and provide training for a two day orientation to be held on June 6th and 7th, and a one day the wrap-up session on June 24, 2005 for the first session and September 6-7 and 24 (September dates to be confirmed) for the second session. Each training program shall consist of a two day Orientation session and a one day Wrap-up session. Each day shall be a minimum of eight hours per day (excluding lunch hour) The Inter-American E-Business Fellowship Program provides training through site visits, seminars and roundtable discussions to mid-level Information Technology Managers for small and medium sized businesses from Central America and the Andean region. The purpose of the fellowship is to learn how U.S. companies are using information technology to better run their businesses. The three week fellowship will begin with two days of training to give fellows a framework for the following 2 weeks of site visits, seminars and roundtable discussions. Approximately 30 fellows (15 in each session) will participate in the two-day orientation program in Washington, D.C. Following the orientation, fellows will spend 2 weeks visiting U.S. companies where they will be exposed to various aspects of e-business and IT implementation. Finally, they complete their training with a one-day wrap-up session. For the June session, fellows will spend a week in Washington, DC and then travel to Seattle, WA and San Jose, CA for site visits with companies such as: Qualcomm, Global exchange, Computer Associates, Microsoft, Expeditors, Weyerhaeuser, Hewlett Packard, and the San Jose Entrepreneur Center and IT Incubator. The Contractor shall not be required to travel with the program participates. The wrap up session conducted by the Trainer will complete the participants training program. The Government reserves the right to modify the training materials and format for the second session depending on the outcome and evaluation of the program by the participants. Fellows ? For the June session, the fellows are 15 IT managers from small and medium sized enterprises in Costa Rica, Dominican Republic, El Salvador, Guatemala, Honduras, Panama and Nicaragua. They come from a wide variety of industries including: Information Technology, Banking, Furniture Manufacturing, Handicrafts, Textiles, Insurance, Appliance repair service and education. The Contractor will be provided with profiles of the group. The September fellows will be selected in June and will be from Bolivia, Colombia, Ecuador and Peru. Orientation During the Orientation, the Trainer will be required to: Establish a framework or context for the following 2 weeks of site visits. Immediately following the training session fellows will visit many U.S. companies to learn how they are using information technology to better run their business. The training session is expected to give the fellows the necessary tools to take full advantage of these site visits. To prepare the fellows for these site visits, the orientation session must address the following: Issues and trends in Information Technology Key Information Technology management issues such as identifying your IT needs, e-commerce buying and selling, back-end operations (accounting, inventory, etc.), knowledge management, evaluating and selecting the best software for your needs. Case Studies: Best practices of top performers in e-business and how to apply these best practices to the small and medium sized business. Provide feedback regarding each fellow?s own business situation. During the fellowship, fellows will be required to develop an ?E-Change Plan? for their company. As part of the wrap up session fellows will present their e-change plan to the trainer and group for feedback. (Fellows will be encouraged to bring their own laptops and may choose to conduct PowerPoint Presentations; however, Trainer will not be required to provide any sort of hardware to the fellows.) During the initial training, the Trainer must present this assignment to the fellows. Prepare fellows for completion of their assignment during the following weeks. Establish format for developing individual ?e-change? plans and discuss how to overcome the obstacles to e-change. Prepare fellows to gain the most from the site visits. E.g. steps they can take to implement an e-change plan once they return; leading discussions that help the fellows understanding the IT challenges that face them and identifying their IT priorities. Schedule Monday June 6: The trainer will provide a short, broad overview of e-business. The Contractor will engage the fellows in a discussion about their ?home business? goals and objectives and key management issues in the implementation of IT, while providing a context in which to view the upcoming days? workshops and roundtables. Trainer will also discuss the need to develop a technology related business plan and lay the groundwork for presentation on day 2 of assignment. Past experience indicates that fellows are especially interested in case studies. Tuesday June 7: The trainer will: 1) Lead fellows in a goal-oriented discussion on how to make the most of their time at the U.S. host companies. 2) Present the fellows with a two-part assignment that they will work on during the next 2 1/2 weeks. It is intended that the majority of their efforts will focus on Part 2 of the assignment. Part 1: The fellows will create an inventory of innovative uses of IT at the host companies, with a ?best practices? focus. Fellows will use this inventory to apply best practices to a clearly defined problem in their particular business. Part 2: The fellows will develop a plan for IT-related improvement/changes in their home companies. The discussion should include a thorough exploration of 1) who the stakeholders are and their interests; 2) how to assess their home company?s IT-readiness; 3) issues to be considered in both developing and managing an IT-implementation plan. Friday June 24 - Wrap-Up Session Fellows will present Part 1 of their assignment to the trainer and the group of fellows. Trainer will facilitate session. Fellows will present Part 2 of their assignment to the group and the trainer. They will critique each other and will discuss each plan?s feasibility. The trainer will moderate the oral presentations and will assist fellows in setting realistic targets and assessing their organizations? readiness to implement e-change. The Contractor shall provide an oral evaluation of each fellow?s e-change presentation. The evaluation will include a discussion of realistic measurable goals and timelines for fellows in accomplishing e-change. Materials ?Commerce will reproduce the materials if the trainer provides a copy of the PowerPoint Presentation and any additional materials for distribution one week prior to the training. Commerce will provide A/V equipment for PowerPoint presentation. Trainer is NOT expected to provide any equipment to the fellows. Language ? English language fluency is required to participate in the 2005 E-Business Fellowship Program and all training and materials will be provided in English. At the end of each session, the Contractor shall be required to develop and provide an evaluation sheet for each participant to complete. This evaluation will be given to the Government Point of Contact for the evaluation of the program and the Contractors overall performance. The completed evaluations must be provided no later than five days after each session. III. DELIVERABLES Design and development of Program May 25, 2005 Course Material is due to Government Point of Contact for reproduction May 30, 2005 Training June 6th and 7th 2005 Wrap up Session June 24, 2005 Evaluation forms June 29, 2005 Training Sept.6th and 7th 2005 Wrap up Session Sept. 23, 2005 Evaluation forms Sept. 30, 2005 Dates for September training session are tentative and Government will provide confirmation of the date 30 days prior to the scheduled training. The contractor shall be available to the Fellows for no more than 90-days following the wrap up session via e-mail for follow-up questions. IV. TRAVEL For the June session, the orientation will take place in Washington, D.C. and the wrap up session will take place in San Jose, CA. The September session will very likely be in the same locations but will be confirmed in July. The Government will provide transportation, lodging, and per diem for meals and incidental expenses. All travel shall be in accordance with Federal Travel Regulations. The Contractor shall be required to provide receipts for travel and lodging at the completion of each session. V. ACCEPTANCE CRITERIA The Contractor shall be required to submit drafts of all training material by the due date for review and final approval. The Government shall have no more than five days to review the proposed training plan and materials. The Contractor shall have five days to make changes as a result of the Government?s review. The Training package will be evaluated based on the following: 1. Framework or context for the following 2 ? weeks of site visits. 2. Applicability of training material to small and medium size enterprises. 3. Topics covering issues and trends in Information Technology 4. Proposed management issues such as identifying IT needs for companies, e-commerce, back-end operations, knowledge management, evaluating and selecting the best software 5. Case Studies 6. Provide feedback regarding each fellow?s own business situation. 7. Preparation strategies for preparing each fellow for completion of their assignment during the following weeks. 8. Format for developing individual ?e-change? plans. The DOC will actively contribute to the design of the training and expect to work in partnership with the consultant(s). Training space and equipment will be provided as needed. The DOC will be responsible for the approval of the final layout and reproduction of training materials. All training material resulting from this contract shall be the property of the Government. The Government reserves the right to reproduce and distribution all training materials for future use. PROPOSAL INSTRUCTIONS AND EVALUATION CRITERIA This is a best value, competitive requirement. Award will be made to the Offeror(s): whose offer conforms to the Statement of Work requirements. The Government reserves the right to award to other than the lowest price Offeror. Offerors must submit all questions concerning this solicitation in writing to the Contracting Officer. They must be received no later than five calendar days after the date of this solicitation. All responses to the questions will be made in writing and included in an amendment to the solicitation. The following factors will be used to evaluate the Contractor?s proposal. Each factor is listed in the order of importance with technical being significantly more important than price and the other factors: Factor 1 - TECHNICAL REQUIREMENTS Factor 2 - CORPORATE EXPERIENCE Factor 3 - PAST PERFORMANCE Factor 4 - Price Factor 1 -- TECHNICAL REQUIREMENTS Evaluation of this factor will be based on information contained in the technical proposal that demonstrates the degree of the Offeror's understanding of the requirements and proposed methodology. Proposed technical approach Training agenda for two day orientation Case studies Wrap-Up Session Agenda Factor 2 - CORPORATE EXPERIENCE Evaluation of this factor will be based on the general background, experience, and qualifications of the organization or consultant as it relates to projects of a similar nature. Resume of Key Personnel Educational background Factor 3 - PAST PERFORMANCE Performance by the Offeror and its subcontractor(s) as it relates to all solicitation requirements, including the quality of services and products, effectiveness of cost management/control, timeliness of performance, and customer satisfaction; and indication of ability to improve performance through proactive management. Offerors with no past performance experience shall receive a neutral score. Potential Offerors must provide three references for Government or commercial contracts completed within the last five years. Each reference must include the following: 1. The type of contract 2. The dollar value 3. The point of contact along with the telephone no. Factor 4 - Cost/Price Evaluation The proposed prices/costs will be evaluated but not scored. The cost evaluation will determine whether the proposed costs are realistic, complete, and reasonable in relation to the solicitation requirements. Proposed costs must be entirely compatible with the technical proposal. The award will be based on best value utilizing simplified acquisition procedures. The Government anticipates a firm fixed price purchase order with a six month period of performance. The provision at 52.212-1, Instruction to Offerors-Commercial, applies to this acquisition. Proposal instructions and the evaluation criteria are included. Offers are advised to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items with its offer. The following provisions and clauses applies to this acquisition: 52.212-4, Contract Terms and Conditions-Commercial Items and clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, the following addendum clauses at 52.219-6, Notice of Total Small Business Set-Aside, 52.212-3 Convict Labor; 52.222-19 Child Labor-Cooperation With Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.225-13 Restrictions on Certain Foreign Purchases. The following Commerce Acquisition Regulations (CAR) provisions and clauses apply to this acquisition and may be downloaded at http://oamweb.osec.doc.gov/CAPPS_car.html; 1352.233-71, Service of Protests and 1352.252.70, Regulatory Notice. All questions regarding this requirement shall be submitted electronically not later then five (5) day after posting on May 2, 2005 to juanita.beck@noaa.gov. Responses to this notice may be submitted electronically in MS Word format to juanita.beck@noaa.gov, no later than 3:30 pm on May 12, 2005. See Notes 1.
 
Place of Performance
Address: Washington, DC
Zip Code: 20230
 
Record
SN00797237-W 20050430/050428211706 (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.