Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 04, 2006 FBO #1559
SOLICITATION NOTICE

U -- Education and Training Services

Notice Date
11/8/2005
 
Notice Type
Solicitation Notice
 
NAICS
611699 — All Other Miscellaneous Schools and Instruction
 
Contracting Office
Department of Justice, Bureau of Alcohol, Tobacco and Firearms (ATF), Acquisition and Property Management Division, 650 Massachusetts Avenue, N.W., Room 3290, Washington, DC, 20226
 
ZIP Code
20226
 
Solicitation Number
Reference-Number-BATF0603
 
Response Due
12/9/2005
 
Point of Contact
Amanda Boshears, Contracting Officer, Phone (202) 927-8027, Fax (202) 927-8688, - James Huff, Contracting Officer, Phone 202-927-7721, Fax 202-927-7311,
 
E-Mail Address
amanda.boshears@atf.gov, James.Huff@atf.gov
 
Small Business Set-Aside
Total Small Business
 
Description
The U.S. Department of Justice, Bureau of Alcohol, Tobacco, Firearms and Explosives (ATF), is soliciting proposals for individual instructors for specialized law enforcement courses. Course participants cover a broad range of students, including inspectors, technical specialists, special agents and management personnel. The law enforcement subject areas for which instructors are required are Arson; Explosives; Firearms Identification and Investigation; Use of Force; Special Operations and Advanced Investigations; Leadership; Industry Operations and Basic Training. ATF intends to award several Blanket Purchase Agreements (BPAs) covering a five-year period that will be available for placing calls/orders for services at U. S. and worldwide locations. Because ATF’s needs are dynamic, ATF will periodically solicit additional offers to add new instructors to the pool. Therefore, ATF will have recurring open submission periods to receive and evaluate proposals for additional contract instructors. The following schedule depicts the current and anticipated solicitation, submissions and evaluation timeframes: Proposal Submission Times: BPA Year 1 Current solicitation period: November 8, 2005 – December 9, 2005 July 1, 2006 – July 15, 2006 BPA Year 2 January 1, 2007 – January 15, 2007 July 1, 2007 – July 15, 2007 BPA Year 3 January 1, 2008 – January 15, 2008 July 1, 2008 – July 15, 2008 BPA Year 4 January 1, 2009 – January 15, 2009 July 1, 2009 – July 15, 2009 BPA Year 5 January 1, 2010 – January 15, 2010 July 1, 2010 – July 15, 2010 The overall BPA performance period is expected to continue through January 2011. For consideration for the first series of awards, interested offerors should submit a response by December 9, 2005, 3:00 PM local time. Proposals will be evaluated and awards will be made to eligible, qualified and highly rated individuals. ATF seeks to establish cadres of instructors that can provide timely high-quality training. Please note that a BPA is not a contract. A BPA is a streamlined method for acquiring services on an as-needed basis from qualified sources that are readily available and services and thus eliminate the need for repetitive costly re-procurements. There is no minimum or maximum guaranteed quantity. All calls/orders must be acknowledged by the selected vendor/instructor in order to be retained on the ATF BPA calling list. The following Federal Acquisition Regulation (FAR) clauses and provisions are incorporated and are to remain in full force and effect: FAR 52.212-1, Instructions to Offerors – Commercial Items (Jan. 05); 52.212-2, Evaluation – Commercial Items (Sep. 05), and FAR 52.212-4, Contract Terms and Conditions – Commercial Items Required to Implement Statutes or Executive Orders – Commercial (Sep. 05). Each offeror must include a completed copy of the provision at FAR 52.212-3, Offeror Representation and Certification - Commercial Items with its proposal. A copy of the Offeror Representations and Certifications-Commercial Items, FAR 52.212-3, can be found at http://www.acqnet.gov/far/current/html/52_212_213.html. The representations and certifications must be included with the offeror’s proposal and the fill-in entries must be completed in order for the offer to be eligible; those that are not applicable should be annotated by entering “N/A”. QUALIFICATIONS, EVALUATION AND SELECTION Offerors should refer to the Assumptions and Constraints section of the Statement of Work, which should be accessed through this Announcement. These include numerous requirements, such as willingness for drug testing, not having criminal convictions for several types of offenses, ability to pass background checks, etc. Offerors should refer to Section 4.0, Proposal Instructions, for the current and future proposal submission schedules throughout the five year BPA period. Resumes and past performance/reference information must demonstrate relevance to the courses (contract line item number (CLIN)/area) for which instructor services are being offered. The proposal evaluation criteria are fully described in Section 5.0 of the Statement of Work. The factors and sub-factors, in descending order of importance, for evaluating proposals are: 1. Technical Capability a. Technical Approach b. Instructor Qualifications c. Experience d. Approach to Maintaining Subject Matter Currency and Quality Control 2. Past Performance 3. Cost/Price Proposals are to be submitted, either by e-mail (preferred method) or by US Postal Service or messenger to Mr. James E. Scott. FAX submissions cannot be accepted. Mailing/delivery address for proposals is: Bureau of Alcohol, Tobacco, Firearms and Explosives, Attn.: Mr. James E. Scott; 800 K Street NW; Suite 600, Washington, DC 20001. NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (08-NOV-2005). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 02-MAR-2006, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/DOJ/BATF/APMD/Reference-Number-BATF0603/listing.html)
 
Place of Performance
Address: 650 Massachusetts Avenue NW Room 3290 Washington, DC
Zip Code: 20226
Country: US
 
Record
SN00998630-F 20060304/060302215059 (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.