Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 14, 2005 FBO #1265
SOLICITATION NOTICE

U -- Interview and Interrogation Course Instruction

Notice Date
5/12/2005
 
Notice Type
Solicitation Notice
 
NAICS
611699 — All Other Miscellaneous Schools and Instruction
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, FISC NORFOLK DETACHMENT PHILADELPHIA, 700 Robbins Avenue, Building 2B, Philadelphia, PA, 19111-5083
 
ZIP Code
19111-5083
 
Solicitation Number
N00140-05-Q-2311
 
Response Due
6/9/2005
 
Archive Date
6/24/2005
 
Small Business Set-Aside
Total Small Business
 
Description
The FISC Norfolk Detachment Philadelphia announces a requirement for 3 days (18 hours) course of instruction on Interview and Interrogation. Request For Quote N00140-03-Q-2311 contemplates a firm fixed price indefinite delivery indefinite quantity type contract for a base period of 12 months, with four 12 month options. The base year period of performance is 01 October 2005 through 30 September 2006. This is a combined synopsis/solicitation for commercial items 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; proposals are being requested and a written solicitation will not be issued. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-17. This is a competitive 100% small business set aside. It is the contractor?s responsibility to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.arnet.gov/far and www.dtic.mil/dfars. The NAICS Code is 611699 and the size standard is $6M. The FISC Detachment Philadelphia requests responses from qualified sources capable of providing the following Contract Line Item Numbers (CLINs): BASE PERIOD, LOT I (CLIN 0001): CLIN 0001 is for Interview and Interrogation Course Instruction in accordance with the Statement of Work for a Not To Exceed Quantity of 480 students per year. OPTION I, LOT II: (CLIN 0002) CLIN 0002 is for Interview and Interrogation Course Instruction in accordance with the Statement of Work for a Not To Exceed Quantity of 480 students per year. OPTION II, LOT III (CLIN 0003): CLIN 0003 is for Interview and Interrogation Course Instruction in accordance with the Statement of Work for a Not To Exceed Quantity of 480 students per year. OPTION III, LOT IV (CLIN 0004): CLIN 0004 is for Interview and Interrogation Course Instruction in accordance with the Statement of Work for a Not To Exceed Quantity of 480 students per year. OPTION IV, Lot V (CLIN 0005): is for Interview and Interrogation Course Instruction in accordance with the Statement of Work for a Not To Exceed Quantity of 480 students per year. The following information pertains to the training course schedule for a 3-day (18-hour) course of instruction on Interview and Interrogation (I & I). This instruction will be provided to the Naval Criminal Investigative Service (NCIS), Code 10B, Training Academy as part of the Special Agent Basic Training Program (SABTP). The terminal objective for the training is: Students will have the ability to conduct Interviews and Interrogations with successful results. The I&I training will be provided to 18-48 students per course. The contractor shall be responsible to train NCIS personnel in the differences between interviews and interrogations; preparing for interviews and interrogations; room settings for performing interviews and interrogations; observing and evaluating behavioral symptoms; determining which symptoms are indicative of truth and which are indicative of deception; assessing verbal and non-verbal behaviors; evaluating paralinguistic behavior; implying the possible existence of incriminating evidence; conducting screening interviews designed to elicit behaviors to help identify potential suspects; confronting a suspect in a way designed to confirm his involvement in the criminal activity being investigated; development of potential reasons why the accused may have committed the crime; dealing with objections from the suspect; presenting the suspect with a rationalized alternative reason for committing the crime and how to elicit details of the crime from a suspect. This training will provide the theory, techniques, and practical exercises to newly hired Special Agents. Upon completion of the SABTP, these employees are assigned the responsibility by the NCIS to conduct sensitive criminal investigations for violations of laws of the United States. Due to the requirements identified in the President?s Council on Integrity and Efficiency?s Quality Standards for Investigations of 1997, the NCIS has the responsibility to train new personnel to provide continuity to the Agency in the art of interviewing and interrogation. For the past 2+ years, the NCIS has used contractors that instruct the John E. Reid Method of Interview & Interrogation (Reid) for training/instruction in interview and interrogation techniques. The techniques and methodologies of Reid have proven to be very effective and have continuously provided the desired results. Reid?s non-adversarial technique of establishing rapport and cooperation during an interview or interrogation is congruent with the mission/methodologies, policies and procedures of the NCIS. The contractor must be able to operate in a geographical area that is beneficial to the NCIS. Currently that location is the Federal Law Enforcement Training Center in Glynco (Brunswick), GA. The contractor shall coordinate and arrange the travel and lodging for their employees. The projected course dates for fiscal year 2006 are presently undetermined. However, it is anticipated that approximately 1-10 courses will be required. The result of this training enables the newly hired Special Agents to successfully conduct interviews and interrogations, initially under supervision, then on their own. The ability to conduct quality interviews and interrogations is a necessity to any criminal investigator. By receiving this type of training, newly hired Special Agents will be able to operate in concert with current NCIS personnel. This training has a direct impact on the ability of the NCIS to accomplish its mission of preventing terrorism and related hostile acts against DoN forces and installations; protecting DoN systems and information against compromise, and reducing criminal activity and mitigating its impact on Navy and Marine Corps operational readiness. The value of this training cannot be overstated. Instructors must have experience in and the ability to provide training, allowing the students to perfect I & I techniques and methodologies. Instructors will have experience/backgrounds from any military, public law enforcement, or private/corporate security agencies in conducting interviews and interrogations targeting all types of criminal suspects. The lead instructor must have at least 10 years experience in the conduct of criminal I & I techniques, as well as a demonstrated ability (3 to 5 years of teaching experience) to provide effective instruction. Other instructors shall have 3 to 5 years of combined experience in both I & I techniques and teaching. A minimum of a Bachelors degree is required for all instructors. Instructor resumes will be required after contract award. In addition to the instructor qualifications, the contractor must provide copies of all training lesson plans to the NCIS Training Academy. Attached is information regarding the terminal and enabling objectives, course dates, services (course outline) that are expected: Terminal Performance Objective: Students will be able to conduct interviews and interrogations in accordance with legally accepted practices, resulting in the ability to elicit necessary information and/or a confession as applicable. Enabling Performance Objectives: (1). Understand the basic format and fundamentals of specialized interviews and interrogations. (2). Identify the differences between interviews and interrogations. (3). Identify the steps of proper preparation prior to conducting an interview or interrogation. (4). Identify how to observe and evaluate behavioral symptoms. (5). Identify which behavioral symptoms are indicative of truthful responses and which are indicative of deceptive responses. (6). Identify how to assess verbal and non-verbal behaviors. (7). Identify how to evaluate paralinguistic behaviors. (8). Identify how to conduct screening interviews designed to elicit behaviors to help identify potential suspects. (9). Identify how to confront a suspect in such a way designed to confirm his involvement in the activity being investigated. (10). Identify the means of developing potential reasons why the suspect may have committed the crime. (11). Identify how to deal with objections offered by the suspect. (12). Identify the means to present the suspect with a rationalized alternative reason for committing the crime. (13). Identify how to elicit details of the crime from the suspect, after he has made an initial admission. Schedule: The anticipated schedule to provide services for FY06 is as follows*: October 2005. December 2005. January 2006. February 2006. March2006. April 2006. June 2006. July 2006. August 2006. September 2006. *The exact dates and number of courses are determined by the Federal Law Enforcement Training Center (FLETC) scheduling department and are established on a quarterly basis. Therefore, the actual dates may vary from the dates identified above. Course Topics: In a 3-day (18 hour) format (non-negotiable), the course of instruction will present the following topics supported by video recordings of actual interviews and interrogations to demonstrate the learning points: The differences between interviews and interrogations; preparing for interviews and interrogations; room settings for performing interviews and interrogations; observing and evaluating behavioral symptoms; determining which symptoms are indicative of truth and which are indicative of deception; assessing verbal and non-verbal behaviors; evaluating paralinguistic behavior; implying the possible existence of incriminating evidence; conducting screening interviews designed to elicit behaviors to help identify potential suspects; confronting a suspect in a way designed to confirm his involvement in the criminal activity being investigated; development of potential reasons why the accused may have committed the crime; dealing with objections from the suspect; presenting the suspect with a rationalized alternative reason for committing the crime and how to elicit details of the crime from a suspect. The provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. EVALUATION - COMMERCIAL ITEMS (FAR 52.212-2)(JAN 1999) 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 with Corporate Experience and Past Performance being of equal importance. Technical approach Corporate Experience Past Performance Price All evaluation factors other than cost or price, when combined are more important than cost or price. Technical Approach Offeror(s) shall demonstrate in sufficient detail a technical approach that will successfully accomplish the SOW. Offerors should address the risk(s) associated with the SOW and describe any techniques, methods, and actions that will be used by the offeror to mitigate the risk(s) identified in the SOW. Corporate Experience The offeror(s) shall demonstrate either similar or directly related work experience within the past five years of similar scope, magnitude, and complexity to the SOW. The offeror(s) should address the following: history, organization, qualifications, and work experience within the last five years as they relate to the requirements of the SOW, and any other information that is consider relevant to the SOW. Past Performance The Offeror(s) should describe its past performance on only the three most relevant contracts it has held within the last five (5) years which are of similar scope, magnitude, and complexity to that which is detailed in the RFQ or affirmatively state that it possesses no relevant directly related or similar past performance. Offerors who present similar contracts should provide a detailed explanation demonstrating the relevance of the contracts to the requirements of the RFP. The offeror should provide the following information regarding its past performance: A. Contract Number(s), B. Name and phone number of contact at the Federal, State, Local, Government or Commercial entity for which the contract was performed, C. Dollar value of the Contract, D. Detailed description of the work performed, E. Names of subcontractor(s) used, if any, and a description of the extent of work performed by the subcontractor(s), and F. The number, type and severity of any quality, delivery or cost problems in performing the contract, the corrective action taken and the effectiveness of the corrective action. Quotation Requirements Contractors are required to submit their quotes in two separate parts as follows: Part I Technical Information Technical information shall not exceed 50 pages. This part shall contain Technical Approach, Corporate Experience, and Past Performance information. Part II Price quotation This part shall contain a complete price breakdown. Contractors? quotes shall include all costs associated with each CLIN (price per student). Offerors are advised to include a completed copy of the provisions at 52.212-3 and 252.212-7000, Offeror Representations and Certifications-Commercial Items, with their offer. The clauses at 52.212-4, Contract Terms and Conditions-Commercial Items, and FAR 52.232-18, Availability of Funds, apply to this acquisition. The clauses at 52.212-5 and 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, apply to this acquisition, with the following clauses checked as applicable: 52.222-26 Equal Opportunity, 52.222-35, Affirmative Action for Disabled Veterans and Veterans or Vietnam era, and 52.222-36, Affirmative Action for Workers with Disabilities. The following clauses are incorporated by reference with fill-ins provided: 52.217-9, Option To Extend the Term of the Contract (MAR 2000), with paragraph (a) filled in as follows: 30 days prior to contract expiration date and paragraph (c) filled in as follows: 60 months; 52.216-18, Ordering (OCT 1995) with paragraph (a) filled in as follows: issued from date of award through expiration date of the contract; 52.216-22, Indefinite Quantity (OCT 1995) with paragraph (d) filled in as follows: expiration date of the contract. The following clauses, which are incorporated in full text, apply to this acquisition: MINIMUM AND MAXIMUM QUANTITIES (FISC DET PHILA) (OCT 1992) As referred to in paragraph (b) of the Indefinite Quantities clause of this contract, the total contract minimum quantity is a total of 24 students per year. The contract maximum quantity is equal to the contract total Not To Exceed amount. WRITTEN ORDERS (INDEFINITE DELIVERY CONTRACTS)(NAVSUP 5252.216-9403) (JAN 1992) Written order (on DD Form 1449) will contain the following information consistent with the terms of the contract: (a) Date of order, (b) Contract number and order number, (c) Item number and description, quantity ordered, unit price and contract price, (d) Delivery or performance date, (e) Place of delivery or performing (including consignee), (f) Packaging, packing, and shipping instructions, if required, (g) Accounting and appropriation data, (h) Any other pertinent information. Number note 1 appplies. Offers shall be received in the bid room or in the depository located in the bid room at FISC Norfolk Detachment Philadelphia, BLDG 2B, 700 Robbins Ave., Philadelphia, PA 19111 no later than 4 P.M.(local time, Phila, PA) on 10 June 2005 . All responses should be directed to the Contract Negotiator at the address shown above, Attn: Code 02P11X at (215) 697-9605. Also, send the quotes and the technical proportion via e-mail to jaime.ramos@navy.mil. For additional information concerning this requirement, please contact Jaime Ramos at (215) 697-9605.
 
Place of Performance
Address: FEDERAL LAW ENFORCEMENT TRAINING CENTER IN GLYNCO (BRUNSWICK), GA 31524
 
Record
SN00806275-W 20050514/050512212529 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.