Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 23, 2005 FBO #1335
SOLICITATION NOTICE

R -- MEDIATION SERVICES

Notice Date
7/21/2005
 
Notice Type
Solicitation Notice
 
NAICS
541612 — Human Resources and Executive Search Consulting Services
 
Contracting Office
DHS - Direct Reports, Office of the Chief Procurement Officer, Office of Procurement Operations, Office of the Chief Procurement Officer, Washington, DC, 20528
 
ZIP Code
20528
 
Solicitation Number
Reference-Number-ROCR-05-00071
 
Response Due
7/29/2005
 
Archive Date
9/1/2005
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. Solicitation # ROCR-05-00071 is being advertised as a Request for Quotes. This solicitation and consequent contract award incorporates provisions and clauses in effect through Federal Acquisition Circular FAC 2005-04. This acquisition is 100% set-aside for small business. The North American Industry Classification System (NAICS) code for this acquisition is 541612 and the Small Business Size for this NAICS code is $6M. PRICE QUOTATIONS ARE DUE NO LATER THAN 3:00 P.M. (EST), FRIDAY, JULY 29, 2005 and should be sent electronically to david.erlewine@dhs.gov, with a copy to kristian.jovanovic@dhs.gov. Fax submissions are acceptable and may be sent to (202) 772-9729, attention David Erlewine. Questions should be sent via e-mail to: david.erlewine@dhs.gov, with a copy to kristian.jovanovic@dhs.gov. The deadline for questions is 3:00 P.M., TUESDAY, JULY 26, 2005. STATEMENT OF WORK The Department of Homeland Security, Office for Civil Rights and Civil Liberties, Equal Employment Opportunity Program has a requirement for mediators to participate in its mediation program, nation-wide, as described below, and intends to award one or more firm, fixed-price contracts to fulfill this requirement. To be considered, the mediators must meet the following criteria: 1. The mediators shall have a minimum of five (5) years of experience relating to the use of mediating techniques such as facilitation, negotiation, and developing resolution options between opposing parties. 2. As a part of the five (5) year experience, the mediators also must have experience in mediating EEO matters. As part of this mediation experience, the mediator must have mediated as the lead mediator. 3. The EEO mediation experience must have been related to one or more of the following statues: Title VII of the Civil Rights Act of 1964, as amended; Civil Rights Act of 1991; The Age Discrimination in Employment Act of 1967, as amended; Equal Pay Act of 1963, as amended; Rehabilitation Act of 1973, as amended; and the Americans with Disabilities Act of 1990, as amended. 4. The mediators must have completed a certification program which includes basic and advanced courses and a practicum. In addition the mediators shall have working knowledge of principles, methods, practices, and techniques associated with mediation. Working knowledge can be obtained through work as a mediator with a state or federal court system; work as a mediator facilitating employee and/or EEO disputes. 5. The mediator shall be able to analyze issues in dispute and evaluate their importance and susceptibility to compromise, and to formulate ideas and practical suggestions for alternative solutions. 6. The mediator shall possess the ability to enter into intense situations and deal effectively with people of varying personalities, temperaments, prejudices and personal attitudes. 7. The mediator shall have experience, knowledge, and abilities relating to the following subjects: Theories of Conflict Resolution and Dispute Settlement, Overview of various ADR processes/systems, Role of Third Parties in various ADR processes, Basic Principles of Mediation, Goals of Mediation, Role of Mediator, Sole and Co-Mediation, Model State of Mediation Process, Pre-Mediation (Joint sessions/caucuses), Post-Mediation, Mediation Skills, Active listening, Facilitating communication, Generating options, Breaking Impasse, Trust Building/Rapport Building, Paraphrasing, Handling emotions, Managing the interactions/Balancing power, Summarizing, Problem solving, Roles of Parties in the Mediation Process, Important Concepts in Mediation, Trust, Confidentiality, Ethical considerations, and Standards of Conduct. The Office for Civil Rights and Civil Liberties may also consider the mediators? availability, conflict of interest, and other selection criteria deemed critical to the mediation process. Generally, one mediator will be used for each dispute. Specific Requirements: The Contract Mediator shall perform workplace mediation for cases involving agency employees (or applicants for employment or former employees) and management officials as requested by DHS. The mediator will document resolutions through settlement agreements, which will include required DHS language. The Contractor shall: be assigned cases within three business days of receipt with notice of assignment to the DHS. Submit the settlement agreement to DHS . Submit the required evaluation report within five days of the conduct of the final mediation session. Negotiate travel (if necessary) for each assignment with the agency. Such travel be reimbursed by DHS, but only if the contractor received written pre-approval (via fax, e-mail, or other form) from the proper DHS official (whose name will be provided after award). DHS shall: promptly notify the Supplier of the need for mediation services after that need is identified. ensure accommodations are available, which include, but are not limited to, a private meeting place, access to a telephone and copy machine, and if requested, reasonable accommodations or aids for people with disabilities. Period of Performance Base Period: October 1, 2005 through September 30, 2006. Option Period 1: October 1, 2006 ? September 30, 2007. Option Period 2: October 1, 2007 ? September 30, 2008. The government anticipates awarding one or more firm fixed price contract(s) resulting from this combined synopsis/solicitation to the responsible offeror(s) who will offer the best value to the Government, price and other factors considered. Award may be made subject to funds availability ? FY 2006. The provision at Federal Acquisition Regulation (FAR) 52.212-1, Instructions to Offerors-Commercial, and any addenda to the provision, applies to this acquisition. The provision at 52.212-2, Evaluation-Commercial Items applies to this solicitation. The solicitation will be evaluated using the following criteria, in descending order of importance: (1) Ability to Meet Required Specifications; (2) Ability to comply with the requirements outlined in this solicitation; and (3) Price. The provision at 52.212-3, Offeror Representations and Certifications, applies to this solicitation. If the offeror has completed the annual representations and certifications electronically at the http://orca/bpn.gov website, the offeror shall complete (and submit) only paragraph (j) of 52.212-3. The contractor must have a current profile in the Online Representations and Certifications (http://orca/bpn.gov) prior to award. Per FAR 52.204-7, Central Contractor Registration, the contractor must be registered in Central Contractor Registration (www.ccr.gov) prior to award. The following additional FAR clauses apply to this acquisition: FAR 52.215-5, Facsimile Proposals (Oct 1997), (a) Definition. "Facsimile proposal," as used in this provision, means a proposal, revision or modification of a proposal, or withdrawal of a proposal that is transmitted to and received by the Government via facsimile machine. (b) Offerors may submit facsimile quotes/responses (in addition to e-mail) to this solicitation, at 202-772-9729. (d) If any portion of a facsimile proposal received is unreadable to the degree that conformance to the essential requirements of the solicitation cannot be ascertained from the document- (1) The Contract Specialist immediately shall notify the Offeror and permit the Offeror to resubmit the proposal; (2) The method and time for resubmission shall be prescribed by the Contract Specialist after consultation with the Offeror; and (3) The resubmission shall be considered as if it were received at the date and time of the original unreadable submission for the purpose of determining timeliness, provided the Offeror complies with the time and format requirements for resubmission prescribed by the Contract Specialist. (e) The Government reserves the right to make award solely on the facsimile proposal. FAR 52.222-3 Convict Labor (June 2003); FAR 52.223-6, Drug-Free Workplace (May 2001); FAR 52.247-34, F.o.b. Destination (Nov 1991); FAR 52.252-2, Clauses Incorporated By Reference (Feb 1998); F.O.B. Destination; FAR 52.252-1. Solicitation Provisions incorporated by Reference may be accessed in full text at http://www.arnet.gov/far . In addition, the following Homeland Security Acquisition Regulation (HSAR) clauses and provisions are incorporated into this solicitation: HSAR 3052.209-70, Prohibition on contracts with corporate expatriates, as prescribed at (HSAR) 48 CFR 3009.104-75 HSAR 3052.209-70, Insurance, as prescribed at (HSAR), as prescribed in (HSAR) 48 CFR 3028.310-70 and 3028.311-1; and 3052.247-72, F.o.b. destination only, as prescribed in (HSAR) 48 CFR 3047.305-70(c).
 
Place of Performance
Address: Will vary
 
Record
SN00851585-W 20050723/050721211526 (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.