Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 08, 2006 FBO #1504
SOLICITATION NOTICE

R -- Executive Transition Assistance Seminars

Notice Date
1/6/2006
 
Notice Type
Solicitation Notice
 
NAICS
611430 — Professional and Management Development Training
 
Contracting Office
Department of the Air Force, Air Combat Command, ACC CONS, 130 Douglas Street, Suite 401, Langley AFB, VA, 23665-2791
 
ZIP Code
23665-2791
 
Solicitation Number
FA4890-06-T-0001
 
Response Due
1/23/2006
 
Archive Date
2/7/2006
 
Description
THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.6 STREAMLINED PROCEDURES FOR EVALUATION AND SOLICITATION FOR COMMERCIAL ITEMS - 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. This solicitation number is FA4890-06-T-0001 and this solicitation is issued as a Request for Proposal (RFP) using Simplified Acquisition Procedures found in FAR Part 13. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Cirular (FAC 2005-06). The associated North American Industrial Classification System (NAICS) code for this requirement is 611430. This is a full and open unrestricted procurement. E-9 TRANSITON ASSISTANCE PROGRAM (E9-TAP) SEMINAR 1. GENERAL TASK DESCRIPTION. Provide Transition Assistance Program seminars (E-9 TAP) at Langley and Nellis AFBs for enlisted members in the grade of E-9. Seminars are designed to assist senior enlisted members retiring from the Air Force with their move into the civilian employment arena. Contractor will provide deliverables as referenced in para 3. 2. REFERENCE. This contract is solicited for HQ Air Combat Command, Directorate of Personnel, Family Matters Branch (ACC/A1PF). 3. SPECIFIC TASK DESCRIPTION a. Deliverables/Format. The Contractor shall provide publicity materials, training venue and all equipment, instructor(s) plus any guest speakers, introduction and information letters to attendees and paper copies of the seminar workbook for each participant. All materials are to be printed on a laser printer, formatted in MS Word and bound in 3 ring, tabbed notebooks. Materials in notebooks will be tabbed to correspond with sessions on the training agenda. HQ ACC/A1PF will require a preview copy of the workbook. Contractor will deliver a standard course curriculum as referenced in para 4. Contractor will meet with ACC/A1PF team prior first workshop to review work design of the training and to make/receive recommendations for changes/modifications as necessary. b. Specific tasks are as follows. Contractor will provide a total of two 4-day seminars at ACC bases; one at Langley AFB and one at Nellis AFB. Each seminar will consist of not less than 15 participants and not more than 30. If less than 15 participants are signed up 12 working days prior to first day of seminar, the class will be cancelled with no cost to the Air Force. ACC/A1PF team will work with contactor to adjust training needs as determined by changing requirements of TAP and course participant needs. Projected dates for the trainings follow: Langley: week of 27 Feb 2006; Nellis: week of 25 Jun 2006. Dates can be adjusted as needed with concurrence of host installation, ACC/A1PF, and contractor. c. Components of the training preparation are identified as: (1) Prepare course scenario, course procedures, and course agenda. (2) Coordinate course with ACC/A1PF team and host base Family Support Center. (3) Prepare course materials. (4) Provide preview course materials to ACC/A1PF no later than 21 days or mutually agreed upon date prior to first seminar (5) Secure and rent training venue set up classroom style for 30 participants (6) Provide all training aids including but not limited to LCD projectors, screens, newsprint charts/easels,markers, pens, pencils, note pads/paper. (7) Provide all course materials to participants (8) Provide welcome and information letters to each participant (based on sign-up rosters from FSC at hosting base) NLT 10 working days prior to first day of each seminar. Roster of participants will be e-mailed by host FSC to contractor NLT 12 working days prior to seminar. Participants wishing to enroll after the 12 working day cut off will call the contactor directly to sign up. (9) Conduct E9-TAP seminars (10) Provide copies of course evaluations to HQ ACC/A1PF NLT 10 working days after each workshop (11) Provide letter from VA Regional Office closest to contractor?s central office verifying contractor has been trained by the Veteran?s Administration to offer a three-four hour block on VA benefits. 4. E-TAP COURSE DESIGN: Program Overview, Career Development, Building on Your Strengths, Resume Writing, Cover Letters, Applying for Federal Job, Applying for Government Contracts, Networking and Interviewing, Compensation Negotiation, Employer Panel, Mock Interview, Financial Planning, Dress for Success, Three to four hour overview of Veterans Administration Benefits. 5. GOVERNMENT INPUTS/EQUIPMENT. The Government, through base Family Support Centers, will take sign-ups for each seminar and will furnish or make available to the Contractor completed sign-up rosters with name, rank, e-mail address, and mailing address of each participant NLT 12 working day prior to each workshop. No Government equipment is required or authorized. 6. TRAVEL. Travel and per diem for contractor(s) to provide specified trainings at each geographic location is included in the contract price. 7. SECURITY INSTRUCTIONS. Project is unclassified ? access to classified information is not required. 8. DUTY INFORMATION. Other than actual training days specified in contract, contractor?s duty location and duty hours are not pre-determined. Each 4 day seminar will be conducted within the time frame of 0700- 1700 each day. Length of Course: 4 days per seminar (7.0 hours each day with 1-hour or 1.5 hours lunch to be determined by local option). Contractor will provide a total of 28 hours instruction. The following provisions apply to this acquisition: 52.212-1 Instructions to Offerors-Commerical Items; 52.212-3, Offeror Representations and Certification-Commercial Items and 252.212-7000, Offeror Representations and Certifications Commercial Item. ***The following clauses apply to this acquisition: 52.212-4 Contract Terms and Conditions-Commercial Items; Clause 52.212-5 (Deviation) Contract Terms and conditions Required to Implement Statutes or Executive Orders-Commercial Items, 52.222-3 Convict Labor, 52.233-3 Protest After Award, 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration, 52.247-34 F.O.B. Destination, 52.252-2 Clauses Incorporated by Reference, 52.252-6 Authorized Deviation in Clauses, 252.204-7004 Required Central Contractor Registration, 52.253-1 Computer Generated Forms, 52.225-1 Buy American Act-Balance of Payments Program-Supplies, 52.222-26 Equal Opportunity, 52.222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era, 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era, 52.222-21 Prohibition of Segregated Facilities, 52.222-22 Previous Contracts and Compliance Reports are hereby incorporated by reference. Evaluation of Offers. The Government will award an order resulting from this Request for Proposal to the responsible offeror whose offer conforms to the Statement of Work that will be most advantageous to the Government, price and other factors considered. Accordingly, the following factors listed in decending order of importance shall be used to evaluate proposals: a. Technical capability /qualifications to perform statement of work requairements b. Past performance. c. Price. Proposal responses are due 23 Jan 2006 no later than 4:30 pm EST. Responses should include price schedule, demonstrated capabilities and evidence of qualifications to meet stated requirements and past performance information for relevent performance within the past 2 years (to include contract number, description, amount, date, POC).
 
Place of Performance
Address: Langley AFB, VA and Nellis AFB, NV
Zip Code: 23665
Country: USA
 
Record
SN00962352-W 20060108/060106212025 (fbodaily.com)
 
Source
FedBizOpps 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.