Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 15, 2005 FBO #1389
MODIFICATION

U -- Writing Intelligence and Briefing Course

Notice Date
9/13/2005
 
Notice Type
Modification
 
NAICS
611430 — Professional and Management Development Training
 
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
HSHQDC-05-Q-00041
 
Response Due
9/19/2005
 
Archive Date
11/30/2005
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) 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. Solicitation HSHQDC-05-Q-00041 is issued as a Request for Quotations (RFQ) pursuant to procedures set forth in FAR 13.5 ? Test Program for Certain Commercial Items. All provisions and clauses incorporated herein are those in effect through Federal Acquisition Circular 2005-05. Level of Competition - Unrestricted on a full and open competition basis. NAICS Code - 611430 (Professional and Management Development Training) with a business size standard of $6 Mil in gross annual revenue. Quotations shall include all labor, materials, transportation, management and any other costs associated to develop, manage and instruct a Writing Intelligence and Analysis Briefing Course specifically designed to meet the needs of the Information Analysis and Intelligence component workforce of the Department of Homeland Security, Washington, DC. Competitors are advised to provide their most competitive pricing for all contract line item numbers (CLIN?s) including option periods. The resultant contract will be performance based, firm fixed price (FFP) containing a base period from date of award to 30 Sep 06 and three (3) one-year option periods from 01 Oct 06 to 30 Sep 07; 01 Oct 07 to 30 Sep 08; and 01 Oct 08 to 30 Sep 09 respectively. Competitors are advised that government requirements are anticipated to expand during the course of contract performance. The potential for expansion should be given careful consideration with maximum economies to scale offered in price submissions. Level of expansion is anticipated to reach up to two (2) course instructions per year equating to a total potential increase of eight (8) course instructions over contract life-cycle duration. In the event requirements do expand, the contract will be modified to incorporate the increased quantities at originally awarded unit prices. Offerors shall submit pricing for the following CLIN?s: CLIN 0001 - Writing Intelligence and Analysis Briefing Course Development and Instruction for the period from date of award to 30 Sep 06 (Base Period), Quantity 4 Each; CLIN 0002 - Cost per Additional Trainee per Class in Excess of 20 Trainees for the period from date of award to 30 Sep 06 (Base Period), Quantity 1 Each; CLIN 1001 - Writing Intelligence and Analysis Briefing Course Development and Instruction for the period 01 Oct 06 to 30 Sep 07 (Option I), Quantity 4 Each; CLIN 1002 - Cost per Additional Trainee per Class in Excess of 20 Trainees for the period 01 Oct 06 to 30 Sep 07 (Option I), Quantity 1 Each; CLIN 2001 - Writing Intelligence and Analysis Briefing Course Development and Instruction for the period 01 Oct 07 to 30 Sep 08 (Option II), Quantity 4 Each; CLIN 2002 - Cost per Additional Trainee per Class in Excess of 20 Trainees for the period 01 Oct 07 to 30 Sep 08 (Option II), Quantity 1 Each; CLIN 3001 - Writing Intelligence and Analysis Briefing Course Development and Instruction for the period 01 Oct 08 to 30 Sep 09 (Option III), Quantity 4 Each; CLIN 3002 - Cost per Additional Trainee per Class in Excess of 20 Trainees for the period 01 Oct 08 to 30 Sep 09 (Option III), Quantity 1 Each. Offerors shall prepare and submit on a separate sheet(s) of paper entitled ?Pricing Schedule? pricing for the above stated CLIN?s through Option III. A total amount for the base period and each option period and an aggregate amount for all CLIN?s combined shall be provided. Mathematical calculations should be accurate and complete prior to submission of quotes. The contractor shall provide all labor, materials, transportation, administrative support and other services as necessary to develop, manage and instruct a Writing Intelligence Analysis and Briefings Course to develop and refine writing and briefing skills of intelligence analysts assigned to the Information Analysis and Infrastructure Protection (IAIP) Directorate?s training, education and professional development mission within the Department of Homeland Security (DHS) and component intelligence agencies. Once developed and approved, courses shall be conducted four (4) times over the course of the contract?s base period (approximately every other month from contract award date) and four (4) times during each contract option period as exercised. Up to twenty (20) students will comprise any single class for course instruction purposes, but may exceed this number depending upon mission needs. Site location(s) will be within the greater Washington, DC area as determined by DHS. No contractor travel will be required during the course of contract performance. Work shall be performed in accordance with the Performance Work Statement (PWS) included as a separately uploaded file with this announcement. Delivery, acceptance and FOB point for service outputs shall be within the greater Washington, DC area. The provision at FAR 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition containing the following addenda: For evaluation purposes (see evaluation criteria set forth in the following provision), competitors shall submit, in addition to the completed ?Pricing Schedule described above, (i) documentation that clearly and concisely demonstrates capability of meeting PWS technical requirements; (ii) a listing of personnel to be used under the proposed contract citing qualifications, experience, availability and credentialing; (iii) recent and relevant past performance information, which sufficiently documents experience and record of performance for the same or like services for governmental and/or private sector entities (current points of contact and phone numbers must be provided for verification purposes). The provision at FAR 52.212-2, Evaluation -- Commercial Items, applies to this acquisition. Award of contract resulting from this solicitation will be made to the responsible offeror on a best value basis whose offer conforming to solicitation requirements is most advantageous to the government, price and other factors considered. Non-cost related factors applicable to the evaluation of offers are Technical Capability, Personnel Qualifications and Past Performance. Price is approximately equal in importance to the combination of all non-cost related factors. Award may be made to other than the low price and accomplished without the conduct of discussions. This does not, however, preclude the Contracting Officer from entering into discussions if, at his or her discretion, circumstances warrant such action. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with their offer. Full text versions of applicable FAR clauses and provisions contained in this solicitation may be viewed and downloaded at http://farsite.hill.af.mil. Full text versions of clauses applicable to the Homeland Security Acquisition Regulation (HSAR) supplement may be viewed and downloaded at http://www.dhs.gov/interweb/assetlibrary/DHS_HSAR_With_Notice_04-01.pdf. The following FAR clauses apply 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 additional sub-clauses 52.203-6, Restrictions on Subcontractor Sales to the Government; 52.219-8, Utilization of Small Business Concerns; 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; 52.225-13, Restrictions on Certain Foreign Purchase; 52.232-33, Payment by Electronic Funds Transfer, Central Contractor Registration; 52.252-2, Clauses Incorporated by Reference. The following HSAR clauses apply to this acquisition: 3052.204-70, Security Requirements for Unclassified Information Technology Resources (Dec 2003); 3052.209-70, Prohibition on Contracts with Corporate Expatriates (Dec 2003); 3052.215-70, Key Personnel or Facilities (Dec 2003); 3052.222-70, Strikes or Picketing Affecting Timely Completion of the Contract Work (Dec 2003); 3052.222-71, Strikes or Picketing Affecting Access to a DHS Facility (Dec 2003); 3052.228-70, Insurance (Dec 2003); 3052.237-70, Qualifications of Contractor Employees (Nov 2004) (Deviation); 3052.237-71, Information Technology Systems Access for Contractors (Nov 2004) (Deviation); 3052.237-72, Contractor Personnel Screening for Unclassified Information Technology (Dec 2003); 3052.242-71, Dissemination of Contract Information (Dec 2003); 3052.242-72, Contracting Officer?s Technical Representative (Dec 2003); 3052.245-70, Government Property Reports (Dec 2003). The following FAR clauses are provided in full text: 52.217-8, Option to Extend Services (Nov 1999) - The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 10 calendar days from the contract?s expiration date; 52.217-9, Option to Extend the Term of the Contract (Mar 2000) ? (a) The Government may extend the term of this contract by written notice to the Contractor within 30 calendar days from the contract?s expiration date; provided, that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 48 months. To be eligible to receive award of contract resulting from this solicitation it is mandatory the contractor be registered in the Central Contractor Registration (CCR) database. CCR registration may be accomplished by accessing http://www.ccr.gov. Offers are due in electronic format (written offers will not be accepted unless prior approval is received from the Contracting Officer) not later than 19 Sep 05, 1600 (ET) via email submission to the point of contact identified below. All responsible sources are encouraged to submit an offer that will be considered.
 
Place of Performance
Address: Department of Homeland Security, IAIP Directorate, Education and Professional Development Division, 3801 Nebraska Avenue NW, Washington, DC
Zip Code: 20528
Country: United States
 
Record
SN00893462-W 20050915/050913211528 (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.