Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 29, 2007 FBO #2102
SOLICITATION NOTICE

U -- Pre-Separation Counselor Training

Notice Date
8/27/2007
 
Notice Type
Solicitation Notice
 
NAICS
611430 — Professional and Management Development Training
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, FISC NORFOLK DETACHMENT PHILADELPHIA, 700 Robbins Avenue, Building 2B, Philadelphia, PA, 19111-5083, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
N00189-07-T-N778
 
Response Due
9/6/2007
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Paper copies of this solicitation will not be available. FISC Norfolk Contracting Department, Philadelphia Office intends to solicit on an other than full and open competition basis, a total of 18 sessions of Pre-Separation Counselor Training. The Request for Quote (RFQ) number is N00189-07-T-N778 using Simplified Acquisition Procedures under the test program for commercial items at FAR 13.5. The provision and clauses incorporated into the solicitation are those in effect through FAC 2005-18. It is the contractor's responsibility to be familiar with the applicable clauses and provisions. Clauses may be accessed in full text at these addresses: www.arnet.gov/far or www.dtic.mil/dfars. The NAICS is 611430; size standard $6.5M. The Government intends to solicit and negotiate on a sole source basis with the Regents of the University of Colorado, the sole firm that has a DoD approved curriculum. The statutory authority is Section 4202 of the Clinger-Cohen Act, a sole source acquisition under the authority of the test program for certain commercial items, as implemented by FAR 13.501(a). This RFQ will result in a firm fixed price contract. The Statement of work for this requirement is as follows: Background: The U.S. Navy established the Transition Assistance Management Program (TAMP) in November 1990 to ensure compliance with federal laws, which require all separating and retiring service members to have access to permanent transition assistance centers. An element of the program, required by federal statute, codified in Title X, United States Code, Chapter 58, Section 1142 is the individualized pre-separation counseling of all separating and retiring service members. The interview must be documented on DD Form 2648 (Jun 2005) and DD Form 2648-1 (Jun 2005) for both active duty and reserve component personnel respectively. In accordance with OPNAVINST 1900.2B, each Navy command/unit must designate a Command Transition Officer, primarily to conduct the mandated pre-separation counseling and facilitate the referral process for access to transition services as provided under Title X, United States Code, Chapter 58, Section 1143-1144. The Command Transition Officer is normally the Command Career Counselor, a uniformed military member who specializes in career counseling and military career development. Objective: The Government seeks to award a contract for Pre-separation counseling training to a contractor with a DoD approved curriculum. The selected contractor shall provide the necessary level of effort to deliver a coordinated and comprehensive training curriculum that prepares Command Transition Officers to perform their assigned duties of conducting pre-separation counseling in full compliance with established Department of Defense directives and all pertinent federal laws. The selected contractor shall be responsible for the development and delivery of instructor led training that fully satisfies all requirements of Title X, United States Code, Chapter 58, Section 1142 and all applicable Department of Defense directives. The following training competency objectives must be met: Participants will have knowledge and an understanding of basic facilitation skills and the qualities and traits necessary to create an effective learning environment; Participants will have knowledge and an understanding of the Law, DoD Guidance, and timelines as related to Pre-separation Counseling; Participants will also have knowledge of the purpose and importance of pre-separation counseling; Participants will have a knowledge and understanding of the purpose and minimum Standards that must be covered for each item on the DD Form 2648 and DD Form 2648-1. The contractor will be responsible for the delivery of a DoD approved training curriculum. All training shall be conducted at the contractor?s training facility and the contractor shall be responsible for participant hotel arrangements, meals, air travel, and training materials. In addition to the training curriculum, participants are to be granted access to a Pre-Separation Web Resource Website, maintained and hosted by the contractor. Participants are to be able to use this site to gain updated knowledge on rules and procedures that will affect pre-separation counseling sessions. The website will also contain updated resources to further enhance the knowledge and skills of the participants. There will be 15 separate Pre-separation Counselor Training Courses delivered at the contractor training site and 3 overseas courses consisting of no more than 24 participants and 1 observer in each session. Overseas training locations are Hawaii, Japan, and Guam with training being conducted at suitable facilities provided by the Government. Each training session will consist of 3 ? days of training. The courses are to be scheduled to begin on the second day (Tuesday) of the week. Courses are to be conducted during the following months, with specific dates being agreed upon within 45-days following award of contract: Training Requirements: September 2007 (1 class); October 2007 (2 classes); November 2007 (1 class); December 2007 (2 classes); January 2008 (2 class); February 2008 (2 classes); March 2008 (2 classes); April 2008 (2 classes); May 2008 (2 classes); June 2008 (2 classes). Each course encompasses 24 students, 432 participants will have received the training by the end of contract period. A total of 18 observers will have reviewed the course curriculum at the end of the contract period. Government Furnished Materials: Commander, Navy Installations Command (N911) shall provide the contractor the following item(s) or material(s) to support the completion of tasks outlined in the objectives to this Statement of Work: (1) A listing of all training participants no later than 45 days prior to the scheduled class convening date; (2) The listing will contain names of all scheduled participants, command assigned, duty station location or homeport; desired departure city airport; official Email address; and telephone contact information to include: duty station, fax, and emergency contact number (home or cell phone); (3) Appropriate training facilities and audiovisual equipment to support overseas training sessions. Delivery Schedule and Acceptance Criteria: A post-award planning meeting shall be held within two weeks of date of award. Two additional progress review meetings shall be conducted. The post award meeting shall include the contractor?s designated Project manager and subject matter experts(s) who will be assigned to the project. The progress review meetings shall require only the contractor?s Project Manager to be in attendance. Timely review of the contractor?s deliverables shall be the responsibility of the government. The government shall provide either written acceptance of the deliverables submitted or provide comments and recommended changes within 10 working days of receipt. 1. Meet with Commander, Navy Installations Command (N91) staff to clarify project goals, outcome, and responsibilities (Within 10 working days after contract award.); 2. Contractor shall develop a proposed schedule of classes and present a detailed plan outlining the process of scheduling students for training (Within 45 days after contract award.); 3. Contractor shall be responsible for hotel accommodations, meals, air transportation, provide travel itinerary and logistical information to each student well in advance of each scheduled training session; 4. Contractor shall provide only DoD-approved training material to each student and grant access to the Pre-Separation Web Resource Website.; 5. Contractor shall provide appropriate certificates certifying completion of the training session; 6. Contractor shall compile critiques and recommendations from participants and forward copies to Commander, Navy Installations Command (N91) program manager (Within 10 days after completion of each scheduled class.) Logistical Support: The contractor shall provide hotel accommodations, meals, and travel. The contractor shall make all travel arrangements including air and local transportation. Requirements: CLIN 1001 Pre-Separation Counselor Training (CONUS Training) in accordance with the Statement of Work (15 Sessions); CLIN 1002 Pre-Separation Counselor Training (Overseas Training) in accordance with the Statement of Work (3 Sessions); CLIN 1003 Technical Data in accordance with the DD Form 1423 (1 Lot; Not Separately Priced). The following FAR provisions and clauses apply to this solicitation and are incorporated by reference: FAR 52-212-1, Instructions to Offerors - Commercial Items; 52.212-3 ALT I, Offeror Representations and Certifications - Commercial Items; 52.212-4, Contract Terms and Conditions - Commercial Items; and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items including (a)(1) and (2) and (b)(1), (7), (8), (10), (15 & 16), (18 through 23), (28), (31), and (33). The following DFARS provisions and clauses apply to this solicitation and are incorporated by reference: 252.212-7000, Offeror Representations and Certifications - Commercial Items; and 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items including (a)(1), (b)(1 and 2), (15 through 17) and (19). At a minimum, vendors shall supply to this office a signed price quote on letterhead or a SF1449 for the requested items w/unit price and extended price , prompt payment terms, remittance address, and a completed copy of FAR 52.212-3 ALT I and DFARS 252.212-7000. Reference should be made to RFQ N00189-07-T-N778. Numbered Note 22 applies to this acquisition, however, all offers received within 10 days (in lieu of 45 days) after date of publication of original synopsis will be considered by the Government. A determination by the Government to not compete this proposed effort on a full and open competitive basis, based upon responses to this notice is solely within the discretion of the Government. Responses to this RFQ are due at FISC Norfolk Contracting Department, Philadelphia Office, 700 Robbins Ave. Bldg. 2B, Philadelphia, PA 19111 no later than 4:00 P.M. (local time, Phila, PA) on 06 Sep 07. Electronic submission of the quote is highly encouraged to the attention of Scott Rubin at scott.rubin@navy.mil.
 
Record
SN01386708-W 20070829/070827221840 (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.