Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 02, 2005 FBO #1406
MODIFICATION

R -- Certification Preparation Course from AGA known as the Certified Government Financial Manager (CGFM) for DFAS employees

Notice Date
9/30/2005
 
Notice Type
Modification
 
NAICS
611430 — Professional and Management Development Training
 
Contracting Office
Other Defense Agencies, Defense Finance and Accounting Service, Contract Services Directorate, Columbus, 3990 East Broad Street Bldg #21, Room 2B218, Columbus, OH, 43218
 
ZIP Code
43218
 
Solicitation Number
HQ0423-05-T-0022
 
Response Due
10/12/2005
 
Archive Date
10/27/2005
 
Description
Title of Requirement: Amendment 01 to Certification Preparation Course from the Association of Government Accounts (AGA) known as the Certified Government Financial Manager (CGFM) for DFAS employees. Issue Date: September 30, 2005 Issued by: Point of Contact: Teresa Knotts DFAS Contract Services Directorate 3990 E. Broad Street Bldg. 21, Room 2B218 Columbus, OH 43213-1152 Telephone Number: (614) 693-1974 Facsimile Number: (614) 693-5674 Email Address: teresa.knotts@dfas.mil The purpose of this amendment is to clarify the closing time/date of this requirement. Furnish quotes to this POC on or before the closing time/date of 5:00 P.M. EST on Wednesday, October 12, 2005. Facsimile and e-mail quotes are acceptable and preferred. You are strongly encouraged to verify receipt of your proposal by the Government prior to the time/date due. The contract type is: Firm Fixed Price Scope ?V The contractor shall deliver a certification preparation course from the Association of Government Accounts (AGA) known as the Certified Government Financial Manager (CGFM) for DFAS employees. The course shall be presented in an instructor led format covering Governmental Financial Management and Control and Governmental Accounting Financial Reporting and Budgeting in a 40-hour presentation. The module known as Governmental Environment will not be included in this requirement. The course is to be given at various DFAS locations throughout the United States. 1. 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. 2. Solicitation HQ0423-05-T-0022 is issued as a request for quotations (RFQ). 3. This solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-05 effective August 26, 2005. 4. This solicitation is unrestricted and the associated NAICS code is 611430, Professional and Management Development Training, with a size standard of $6,000,000.00. 5. Offerors are to annotate price(s) below for each line item. CLIN Description Unit of Issue Price Base Year 0001 CGFM Training Courses for FY06 Dollars ? 0002 Instructor Travel for FY06 Dollars 1st Option Year 0003 CGFM Training Courses for FY07 Dollars ? 0004 Instructor Travel for FY07 Dollars 2nd Option Year 0005 CGFM Training Courses for FY08 Dollars ? 0006 Instructor Travel for FY08 Dollars 3rd Option Year 0007 CGFM Training Courses for FY09 Dollars ? 0008 Instructor Travel for FY09 Dollars 4th Option Year 0009 CGFM Training Courses for FY10 Dollars ? 0010 Instructor Travel for FY10 Dollars 6. Description of Requirements: Please contact the contract specialist, Teresa Knotts, for a complete copy of this combined synopsis/solicitation to include the Statement of Work via telephone at (614) 693-1974 or email at teresa.knotts@dfas.mil. The complete requirement cannot be posted due to the size limitations in FedBizOpps. 7. Date(s) and Places of Delivery: Dates and delivery to be specified by written correspondence by COR. The base year will become effective the date of award through September 30, 2006 and will include four one year option periods for each subsequent Fiscal Year. 8. The provision at FAR 52.212-1, Instructions to Offerors ?V Commercial, applies to this acquisition. Supplementing the requirements of this provision, the following provision is also incorporated: FAR 52.217-5, Evaluation of Options (JUL 1995). Offerors are advised that they may send their proposals by regular postal mail to the contracting office, by facsimile to (614) 693-5674, or by email to teresa.knotts@dfas.mil. 9. The provision of FAR 52.212-2, Evaluation ?V Commercial Items, is applicable to this acquisition. The evaluation criteria for this acquisition are past performance, technical qualifications, management delivery plan, and pricing as described below. PART I - Past Performance. A subjective evaluation will be conducted for each offeror on the offeror's performance under existing and prior contracts. Offerors should not provide general information of their performance on the identified contracts. General performance information will be obtained from the references. Performance information will be used for both responsibility determination and as an evaluation factor against which the offeror's relative ranking will be compared to assure best value to the Government. The Government will focus on information to include performance risk that demonstrates quality of performance relative to the size and complexity of the procurement under consideration. The Government may contact references other than those identified by the offeror, and any information received may be used in the evaluation of the offeror's past performance. Offeror shall submit the following information: (1) Offeror shall provide a list of all contracts for the same or similar services performed in the past five years. Contracts listed may include those entered into with the Federal Government, agencies of the state and local governments and commercial customers. The list shall include the following information: ?X Program Title ?X Contract Number and Type ?X Description of Work Performed (not more than one page) ?X Procuring Agency ?X Target Audience ?X Name of Reference Point of Contact ?X Primary Performers of the Contract ?X Telephone Number & Facsimile Number ?X Geographic distribution serviced by the contract ?X Dollar Value of Contract ?X Scope of the Effort ?X Period of Performance ?X Duration of the relationship with this client ?X Critical Success Factors (2) Offeror may provide information on problems encountered on the contracts and subcontracts identified in paragraph (1) above and corrective action taken to resolve these problems. PART II - Technical Qualifications. Offerors shall address the following equally valued subfactors: (1) Instructor Qualifications. Instructors shall be subject matter experts in accounting and financial management . In addition, the offeror must demonstrate that proposed personnel have recent and relevant professional experience and education in delivery of financial management training courses: ?h Government Resource Management Environment ?h Manpower Management ?h Personnel Management ?h Management Internal Controls Fiscal Law ?h Planning, Programming and Budgeting ?V all organizational levels ?h Business Management Process Improvement ?h Fiscal Law ?h Accounting ?h Finance ?h Auditing Instructors should have at least three years of experience as a trainer. Personnel resumes submitted by the Offeror must reflect the necessary qualification and experience in each of the above mentioned subject areas and represent the Offeror??s capability to perform the tasks contained in the SOW. Resume entries shall detail specific skills, credentials, education, and include separate entries for each position in which those skills were performed. (2) Describe the capability to provide clarity of instructional goals/objectives using adult learning methods for different and mixed audiences. This would include a sample syllabus for implementation that includes major topics, instructor activity, and instructional strategies. PART III ?V Management Delivery Plan. Offeror shall submit the following information: Through past experience, provide evidence that Offeror has capacity to deliver all requirements listed in the SOW, specifically: Must be licensed by the Association of Government Accountants (AGA) to present the certification examination preparation training. PART IV - Price Proposal: Contractor shall propose a price, exclusive of travel, for each annual training schedule attached to the Statement of Work (SOW). The contractor shall propose rates, which they feel, are necessary to perform the task outlined in the SOW, inclusive of training materials. BASIS OF EVALUATION. (1) The government will evaluate each proposal in strict accordance with proposal content. The evaluators will not assume performance in areas not specified in the Offeror??s proposal. (Proposal/Quote hereafter means the proposal as a whole, PARTS I through IV. (2) Proposals that are unrealistically high or low in price will be deemed reflective of an inherent lack of technical competence or indicative of failure to comprehend the complexity of the proposed contractual requirements. The proposal may, therefore, be rejected. (3) To receive consideration for award, a rating of ??Outstanding?? or ??Satisfactory?? must be achieved in the evaluation factors and subfactors of Past Performance, Technical Qualification, and Management Delivery Plan. The Offeror shall submit a proposal/quote that completely addresses all evaluation areas. (4) Government personnel will evaluate all proposals against the factors stated herein. (5) Subject to the provisions contained herein, award will be made to a single Offeror. Any award to be made will be based on the best overall proposal with appropriate consideration given to the evaluation factors stated herein. A proposal will not be accepted if it does not contain the total amount of work specified herein, including all option years. The following evaluation factors and subfactors describe the criteria that are most important in the evaluation of this contract. These basic factors (Past Performance, Technical Qualification, Management Delivery Plan, and Price) follow in descending order of importance: I. PAST PERFORMANCE: The government reserves the right to obtain information for use in the evaluation of past performance from any and all sources. Of the five references provided, a minimum of three (3) referenced contracts may be evaluated. The government may also obtain past performance information from sources other than those provided by the contractor. Evaluation of past performance will be a subjective assessment based on consideration of relevant facts and circumstances. It will not be based on absolute standards of acceptability. When assessing the quality of the contractor??s past performance, the government will seek to determine whether the contractor has consistently demonstrated a concern for customer satisfaction. This is a matter of judgment. The following elements will be evaluated and are of equal importance: a. Quality of Service ?V based on compliance with contract requirements, i.e., that the quality of service provided was appropriate for the task to be performed and that the service met the overall goals including cost and end user satisfaction. b. Customer Relationships ?V continued involvement/repeat business with customers, indicating a high degree of customer satisfaction and trust. c. Customer Service ?V - Responsiveness to customers?? problems and evolving needs. This would be demonstrated through the Offeror??s flexibility, adaptations (within scope of work), scheduling changes, etc. - Availability of instructor to participants after sessions to answer follow-on questions. - Recovery by Offeror in cases where mistakes were made/problems encountered. d. Federal Government Experience ?V experience in working with federal agencies, which provided Offeror with an understanding of the federal government infrastructure and unique principles and practices. II. TECHNICAL QUALIFICATION: Instructor Qualifications. Resumes shall contain instructor qualifications to include, but not limited to education, experience, and significant accomplishments. - Education: Post undergraduate study in directly related fields. - Maintains professional knowledge through recent study in several accounting and financial management areas of expertise. - Experience: Has instructed at all levels of organizations, from top executives to the front line employee, and adapted their presentations to meet the uniqueness of the audience. - Specialized experience: Has provided financial management and accounting training or certification preparation training courses in a federal agency. III. MANAGEMENT DELIVERY PLAN: Review past performance to ensure that: a. Offeror has capacity to provide training of this scope and geographical dispersion to audiences performing at varying levels of authority. b. Offeror has exhibited/demonstrated through resumes and past performance that they have met delivery schedules on time and are able to adapt to change orders. In addition, Offeror provided evidence of methods of tracking and reporting to effectively manage the contract. IV. PRICE: Price will be evaluated using price analysis techniques. In selecting the best overall proposal, the Government will consider the value of each proposal in terms of the quality offered for the price. Offerors are advised that only offers submitted on a firm fixed price basis will be considered and that offers submitted on other than a firm fixed price basis will be rejected. 10. Offers must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications ?V Commercial Items with the quotation. 11. The FAR clause 52.212-4, Contract Terms and Conditions ?V Commercial Items, applies to this acquisition and is supplemented by the following local clause: GOVERNMENT POINT OF CONTACT (GPOC): The GPOC will act as the on-site technical point-of-contact for the Government. They will initiate requests and monitor performance. The GPOC??s authority is limited to technical issues and he/she is not authorized to make contractual decisions. The authority to resolve monetary issues and contractual interpretation is the responsibility of the Contracting Officer. The Government Point of Contact (GPOC) for this contract is: Jennifer Henn Address: Defense Finance and Accounting Service DFAS- Indianapolis DFAS-HR/HT (Col312AA-1) 8899 East 56th Street Indianapolis, IN 46249-7200 Telephone: (317) 510-2369 Facsimile: (317) 510-2116. INVOICES: Invoices shall be submitted to the payment office identified in block 18a of the SF1449 and a copy provided to the GPOC in accordance with the rates stated in the contract. The GPOC is responsible for certifying the invoices/receiving report and forwarding these documents to the payment and contracting offices. Paper invoices are acceptable until WAWF is implemented (ref. clause 252.232-7003). 12. The FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders -?VCommerical Items, applies to this acquisition. The following additional FAR clauses are incorporated in the contract: FAR 52.217-8, Option To Extend Services (NOV 1999); FAR 52.217-9, Option To Extend The Term Of The Contract (MAR 2000); and FAR 52.228-5, Insurance ?V Work On A Government Installation (JAN 1997). 13. Additional requirements: None. 14. Defense Priorities and Allocation System (DPAS) rating is DO-C9. 15. The following Number Notes are incorporated in this solicitation: 22 16. Offers are due by 5:00 P.M. EST, Wednesday, October 12, 2005. Facsimile and email quotes are acceptable and preferred. Proposals are to be sent to the contract specialist, Teresa Knotts, via facsimile at (614) 693-1974 or email at teresa.knotts@dfas.mil. Quotes are to be valid for a period of 60 days.
 
Place of Performance
Address: Continental DFAS sites.
Country: USA
 
Record
SN00907523-W 20051002/050930212138 (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.