Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 31, 2007 FBO #2165
MODIFICATION

U -- Transition Assistance Program Seminars

Notice Date
10/29/2007
 
Notice Type
Modification
 
NAICS
611430 — Professional and Management Development Training
 
Contracting Office
Department of the Air Force, Air Combat Command, ACC AMIC/PK, 11817 Canon Blvd, Newport News, VA, 23606-4516, UNITED STATES
 
ZIP Code
23606-4516
 
Solicitation Number
FA4890-08-R-0001
 
Response Due
10/30/2007
 
Archive Date
11/13/2007
 
Point of Contact
Edgar Alonso-bernal, Contract Manager, Phone 757-225-7718, Fax null, - Joy de Lande, Contracting Manager, Phone 757-225-7724, Fax 757-225-7765
 
E-Mail Address
edgar.alonso-bernal@langley.af.mil, joy.delande@langley.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This amendment is for two purposes. 1. To clarify the bid schedule for Solicitation number FA4890-08-R-0001. Please submit one Firm Fix Price (FFP) for E-TAP and one FFP for C-TAP. The travel will be reimbursed as per the Joint Federal Travel Regulation. The bids schedule should look as follows: Base Year: E-TAP $XXX, C-TAP $XXX Option year 1: E-TAP $XXX, C-TAP $XXX Option year 2: E-TAP $XXX, C-TAP $XXX Option year 3: E-TAP $XXX, C-TAP $XXX Option year 4: E-TAP $XXX, C-TAP $XXX 2. To extend the response due date until 30 October 2007 at 2:00 pm EDT. COMBINED SYNPOSIS/SOLICITATION 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. This combined synopsis/solicitation is issued as a Request for Proposal (RFP). The applicable NAICS is 611430, with a Small Business size standard of $6.5 Million. The proposed contract action is 100% set-aside for Small Business concerns. This solicitation incorporates provisions and clauses in effect through the Federal Acquisition Circular (FAC) 2005-18, (30 Jun 07). The period of performance is for a Base Period (Date of award through 30 Sep 08) with four consecutive one-year options. ACC AMIC is seeking to obtain Executive Transition Assistance Program Seminars (E-TAP) for officers in the grade of 0-6 and above and equivalent DOD civilian employees; and separate Chiefs TAP (C-TAP) seminars for enlisted personnel in the grade of E-9. Seminars are designed to assist senior officers, senior enlisted, and senior civilians retiring from the Air force with their move into the corporate civilian employment arena. Seminars may be conducted at sites located throughout ACC; current anticipated locations include Nellis AFB, NV; Langley AFB, VA; Offutt AFB, NE, Barksdale AFB, LA; Davis-Monthan AFB, AZ; Shaw AFB, SC and Seymour Johnson AFB NC. Contractor will provide Seminars and deliverables as referenced below. The contractor shall tailor the seminars to the two targeted audiences: (1) Seminar A - Chiefs Seminar (C-TAP) for the enlisted ranks in the grade of E-9; (2) Seminar B - Executive Transition Assistance Program (E-TAP) - officer ranks in the grade of 0-6 and above and equivalent DoD civilian employees. ACC AMIC intends to enter into a Firm-Fixed Price, Indefinite Delivery Indefinite Quantity contract action. The minimum order/guaranteed minimum quantity is 4 seminars for the basic period only. The following pricing schedule is provided; Base period: CLIN 0001 E-TAP Seminar CLIN 0002 C-TAP Seminar and CLIN 0003 Cost Reimbursable Travel Option year 1: CLIN 1001 E-TAP Seminar CLIN 1002 C-TAP Seminar and CLIN 1003 Cost Reimbursable Travel Option year 2: CLIN 2001 E-TAP Seminar CLIN 2002 C-TAP Seminar and CLIN 2003 Cost Reimbursable Travel Option year 3: CLIN 3001 E-TAP Seminar CLIN 3002 C-TAP Seminar and CLIN 3003 Cost Reimbursable Travel Option year 4: CLIN 4001 E-TAP Seminar CLIN 4002 C-TAP Seminar and CLIN 4003 Cost Reimbursable Travel. Travel will be paid on a cost-reimbursable basis. All travel shall be approved in advance by the Contracting Officer Representative. All travel reimbursement will be made in conjunction with the rules and regulations of the Joint Travel Regulations (JTR). G&A may be applied to travel costs however profit shall not. The Government may, at its sole discretion, direct the contractor to remove any employee from the installation for misconduct or security reasons. Such removal does not relieve the contractor of the responsibility to provide sufficient qualified personnel for adequate and timely service. Rationale for removal of the employee shall immediately be provided in writing to the contractor through the Contracting Officer. The Contractor shall provide a primary point of contact and alternate, to be responsible for management of all work under this contract action. The point of contact shall be available for discussion and resolution of problem areas. The type of seminar to be conducted by the contractor, as well as the place of performance for that seminar will be specified on individual Task Orders (TOs) issued. TOs will be issued at least 30 days prior to commencement of the required seminar or as mutually agreed upon for shorter notification periods. Specific seminar requirements include the following: The contractor will provide 4-day seminars. There will be a maximum of 35 participants per seminar. ACC/A1SAF team will work with the contactor to adjust training needs as determined by changing requirements of E-TAP and C-TAP. The government may cancel and/or reschedule seminars for a later date, by providing notice to the contractor at least ten calendar days prior to the scheduled seminar. Seminars will consist of the following minimum E-TAP/C-TAP COURSE COMPONENTS: PROGRAM OVERVIEW -Overview of topics to be covered during the seminar MANAGING CHANGE -An Introduction to the Marketplace -Self Assessment -Building On Your Strengths -Marketing Yourself BEGIN WITH THE END IN MIND Steven Covey -Defining your Vision SELLING YOURSELF IN WRITING -Getting Started Career Catalog -Assessing your accomplishments - Resume Writing - Cover Letters/Thank-you letters ORGANIZING YOUR JOB SEARCH -Research, Planning, and Organizing -Networking -Adapting What you Say and Do to the Employer -Job and Career Search Process SELLING YOURSELF VERBALLY -The 30 Second Commercial -Interview pre-work/preparing for the interview -Assessing a Match With the Corporate/ Organizational Culture INTERVIEW TECHNIQUES -Types of Interview -The Interview Model -Role Playing Asking Questions/Answering Questions (Mock Interviews) -Dress for Success --Etiquette, Style, Image, Body Language, Tone, Pace - Employer Panel COMPENSATION AND BENEFITS NEGOTIATION -The rules of negotiation -Questions and considerations DECIDING CRITERIA FOR EVALUATING JOB OFFERS FINANCIAL PLANNING FOR RETIREMENT APPLYING FOR FEDERAL JOBS STARTING YOUR OWN BUSINESS OVERVIEW OF VETERANS ADMINISTRATION BENEFITS (Two to three hours) Key components of the training are as follows: Prepare course scenario, course procedures, and course agenda. Coordinate and secure approval of course content by ACC/A1SAF. Provide preview copy of course materials to ACC/A1SAF no later than 7 workdays prior to first seminar, including Participant Notebook with appropriate cover, and provide course support materials to participating bases upon approval by ACC/A1SAF. Prior to each seminar prepare course materials and ensure briefing slides are included in appropriate tabs in participant notebooks. Slides included in notebooks should be in the handout format, three slides per page. Because of the nature of the seminars, the following professional characteristics are essential: a. Excellent speaking and briefing skills b. Intimate knowledge of subject areas c. Professional business attire while in performance of this contract.-Dress for Success at all times ACC/A1SAF will provide evaluation forms/course critiques to the hosting Airman and Family Readiness staff to provide to seminar attendees for evaluation of course and trainer. The seminar instructor will collect the completed course critiques and will provide copies to the Airman and Family Readiness Center. The contractor will provide a summary report of the course evaluations/critiques to the ACC/A1SAF within 7 working days of completion of seminar. The Government will evaluate the contractors/instructors performance using the service task requirements and quality standards. When an observed defect is other than minor, or when on-the spot corrective action as to the cause cannot be taken, the Government will use a Contract Deficiency Report (CDR) to advise the Contractor of the problem and require Contractor response on corrective action. The Government will provide the CDR within 5 working days of notification of the incident. The Contractor will respond to the CDR within 5 working days of receipt of the CDR. Acceptable Quality Level: Maximum percent of defective performance that may occur before a service is considered to be unsatisfactory/unacceptable is 10% of course critiques with a less than acceptable rating. The contractor/trainer shall provide follow-up services, as necessary, to include resume review and referral via e-mail or other electronic means, to participants after seminar completion, not to exceed 30 calendar days after each seminar. The contractor/trainer has the option to have the Veteran Administration (VA) office provide the VA portion of the briefing as part of the training and must coordinate with the VA office to schedule this segment of the training. However, if the VA office is unavailable and cannot brief the VA portion the contractor/trainer must be ready and qualified to conduct this briefing. The contractor/trainer presenting the two to three hour sessions on VA benefits must provide evidence of having completed the training by the VA, to offer such training. Deliverables: The Contractor will prepare and provide a course curriculum that includes topic areas referenced in the above paragraph entitled E-TAP/C-TAP Course Components. The Contractor and or authorized representative will meet in person, with ACC/A1SAF to review work design of the training and will incorporate any recommendation for changes/modifications, as required. The Contractor/trainer shall provide paper copies of the seminar workbook for each participant. All materials are to be printed on a laser printer, formatted in MS Word, bound in 3 ring, and collated to correspond with the training agenda. HQ ACC/A1SAF requires a preview copy of the workbook, no later than 7 working days prior to beginning of first Seminar. GOVERNMENT INPUTS/EQUIPMENT. The Government will furnish or make available to the Contractor any documentation deemed necessary to accomplish this task. All necessary equipment for actual training days (overhead, flip charts, laptop, and LCD projector) as well as meeting rooms, will be provided by government. Contractor is expected to work independently at a location of their choice in developing various deliverables. SECURITY INSTRUCTIONS. Project is unclassified ? access to classified information is not required. However, Contractor personnel may have access to privacy information and shall maintain the privacy and integrity of all such data. DUTY INFORMATION. Other than actual training days specified in the contract, contractors duty location and duty hours are not pre-determined. Each four (4) day seminar will be conducted between the hours of 0700- 1700 local standard time each day. Length of Course: 4 days per seminar (7.5 hours each day with 1-hour or 1.5 hours lunch to be determined by local Family Readiness Center Staff). Contractor will provide a total of 22.5 hours of instruction and facilitate the remaining 7.5 hours, through local Family Readiness Center Staff referrals/sources or contractor secured sources (examples: dress for success, VA benefits briefing, financial planning for retirement, employer panel). No performance will be required on the following observed federal holidays: New Years Day, Martin Luther King Jr. Day, Presidents Day, Memorial Day, Independence Day, Labor Day, Columbus Day, Veterans Day, Thanksgiving Day and Christmas Day. QUALIFICATION REQUIRMENTS Contractor/trainer shall: Have a minimum of three years of experience in providing seminars to senior level executives. Have at a minimum a Bachelors Degree in related field. Have practical knowledge of human resources and career development. Possess a thorough working knowledge of the world wide internet web, to not only conduct internet research, but assist customers on how to conduct such research. Have a basic understanding of military structure and protocol, support group organizations, ability to communicate, and work effectively with diverse groups. Speak, write and understand the English language fluently. The contractor employees used on the contract shall be citizens of the United States or legal residents of the United States. QUALIFICATION SUBMITTALS a. Resume. Contractor must provide with their resume any certifications indicating experience, training and technical expertise in this type of service. The contractor agrees to assign to the contract those persons whose resumes were submitted with the proposal. In cases of a necessary change in contractor personnel, any proposed substitute shall meet or exceed the qualifications of the previously proposed/accepted individual. The resume for the proposed substitute must be submitted along with any other certifications to the Contracting Officer for acceptance in writing at least 15 calendars prior to the proposed substitutions. b. Evidence from the VA office of having completed the VA training and are qualified to give this training. EVALUATION: The following factors shall be used to evaluate offers: technical capability, past performance and price, with technical and past performance being of equal importance, and when combined are of more importance than price. The Government will award a firm fixed price Indefinite Delivery Indefinite Quantity contract to the responsible offeror whose offer conforms to the requirements of this combined synopsis/solicitation, and whose offer will be most advantageous to the Government, price and other factors considered. 1. TECHNICAL CAPABILITY: The offerors technical proposal shall convince the government that the offeror is capable of fully providing the services identified by the contract start date. The offeror shall submit the following information for technical evaluation: (a) technical approach for satisfying the requirements for E-TAP and C-TAP Seminars, including any topics that you intend to address in each seminar that are in addition to those required by the solicitation. Do not simply restate the requirements as addressed within this combined synopsis/solicitation. (b) Describe how you will recruit and hire qualified seminar instructors. 2. PAST PERFORMANCE: Past performance information submitted must include recent and relevant contracts, performing substantially similar tasks to those required by this solicitation. Recent is defined as contracts performed within the past three years from date of this announcement. Relevance would include such aspects as service similarity, service complexity, contract type, and magnitude. Offerors shall not provide more than six past performance references. References may include any contract entered into with the Federal Government, agencies of state and local governments, and commercial customers. Include the following information: (a) Name of Contract Activity; (b) Contract Number, (c) Contract Type; (d) Total Contract Value; (e) Description of Contract Work; (f) Contracting Officer Name and Telephone Number; (g) Program Manager Name and Telephone Number (if applicable); (h) Contracting Officers Technical Representative Name and Telephone Number. 3. PRICE: The price for each proposal will be evaluated for price reasonableness. The resulting award will be a firm fixed price contract. The Government may determine that an offer is unacceptable if the price is significantly unbalanced considering the basic period and option years. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options shall not obligate the Government to exercise the option(s). The government reserves the right to award without discussions/negotiations. The following provisions and clauses are applicable: a. 52.204-9 Personal Identify Verification of Contractor Personnel b. 52.212-1 Instructions to Offerors Commercial c. 52.212-2 Evaluation Commercial Items d. 52.212-3 Offeror Representations and Certifications. Please include a completed copy of 52.212-3 or complete at https://orca.bpn.gov/ e. 52.212-4 Contract Terms and Conditions Commercial Items f. FAR 52.212-5; applicable paragraphs are: (a); (b) (1), (b) (5) (i), (b) (7), (b) (16), (b) (17), (b) (18), (b) (19); (c) (1), (c) (2); (d); and (e). g. 52.216-18 (insert: date of contract award through contract expiration) h. 52.216-19 (insert: (a) Minimum order: 1, (b)(1) Maximum order: 12, (b)(2) Any order for a combination: 12, (b)(3) A series of orders from the same ordering office within 30 days (d) returned to the ordering office within 15 days i. 52.216-22 (insert: contract expiration date) j. 52.217-8 (insert: 30 days prior to contract expiration) k. 52.217-9 (insert: 30 days, 60 days, basic period plus 4 years 6 months, inclusive of the 6 months extension under the Option to Extend Services Clause) l. 52.219-28 Post-Award Small Business Program m. 52.228-5 Insurance-Work on a Government Installation n. 52.247-34 F.O.B. Destination o. 252.232-7003 Electronic Submission of Payment Requests p. 252.246-7000 Material Inspection and Receiving Report q. 5352.201-9101 Ombudsman (insert: Mr. Ray Carpenter, ACC/A7K (757) 764-5371 r. 5352.242-9000 Contractor Access to Air Force Installations (insert: AFI 31-101, Volume 1, The Air Force Installation Security Program and AFI 31-501, Personnel Security Program management This combined solicitation/synopsis is issued open market 100% small business set-aside. Numbered Note 1 applies Proposals will be accepted via email only. Email edgar.alonso-bernal@Langley.af.mil or joy.delande@Langley.af.mil NLT 30 Oct 2007, 2:00 PM Standard Eastern time. Questions regarding this RFP can be directed to Edgar Alonso-Bernal Phone: 757-225-7718 and Joy de Lande, Phone: 757-225-7724. Recommend that you call to verify receipt of proposals. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (29-OCT-2007); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/USAF/ACC/AACCONS/FA4890-08-R-0001/listing.html)
 
Record
SN01442788-F 20071031/071029224352 (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.