Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 18, 2008 FBO #2365
DOCUMENT

U -- College Courses for DHS Interns - Modification 1

Notice Date
5/16/2008
 
Notice Type
Modification 1
 
NAICS
611430 — Professional and Management Development Training
 
Contracting Office
Office of the Chief Procurement Officer, Washington, District of Columbia, 20528
 
ZIP Code
20528
 
Solicitation Number
HSHQDC-08-Q-00183
 
Response Due
5/27/2008 2:00:00 PM
 
Point of Contact
Tarasia L Remhof,, Phone: 202 447-5484, E. Darlene Bullock,, Phone: 202-447-5543
 
E-Mail Address
tarasia.remhof1@dhs.gov, darlene.bullock@dhs.gov
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation number is HSHQDC-08-Q-00183 and is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 05-24. The associated North American Industrial Classification System (NAICS) code for this procurement is 611430 with a small business size standard of $6.5 Million and shall be administered as a “Firm Fixed Price” type contract. If you have questions regarding this requirement, please submit your inquiries, via email, no later than 2:00pm Washington, D.C. time, May 16, 2008 to Ms. Tarasia Remhof. For any Freedom of Information Act (FOIA) related issues and requests, quoters should access the following link: http://www.dhs.gov/xfoia/editorial_0316.shtm. ABACKGROUND DHS Office of the Chief Procurement Officer has developed an Acquisition Professional Career Program based on the Defense Acquisition University (DAU) competency model. The participants in this three-year program are competitively selected and are classified as contract specialists. OCPO has identified areas of study that are now required for career placement and advancement in the 1102 Contract Specialist job series. The training curriculum for this program both prepares program participants to obtain Federal Acquisition Certification in Contracting (FAC-C) as well as satisfies the Office of Personnel Management requirement for promotion to the GS-13 level by helping them earn 24 college credit hours in business. BOBJECTIVE AND SCOPE The objective of this Purchase Order (PO) is to obtain the following courses: CON 100 – Shaping Smart Business Arrangements (certified equivalent to DAU curriculum course) CON 110 – Mission Support Planning (certified equivalent to DAU curriculum course) Providing these courses for the Acquisition Professional Career Program participants ensures that they meet the certification levels required in this field while at the same time allowing students to earn college credit for coursework completed. This will enable contract specialists to acquire the advanced acquisition skills and knowledge needed to perform in a sophisticated and dynamic work environment. CCONTRACTOR PERSONNEL C-1Designated Point of Contact The contractor shall provide an individual to serve as the company’s point of contact (POC) for such purposes of scheduling classes, resolving issues, etc. This individual shall be available to the Contracting Officer’s Technical Representative (COTR) between the hours of 8 am and 5 pm EST, Monday through Friday, and shall respond to a request for discussion or resolution of technical problems within 24 hours of notification. The contractor shall provide periodic contact via phone calls or meetings with the DHS Acquisition Professional Career Program managers. C-2Qualified Personnel The contractor shall provide qualified personnel to perform all requirements specified in this PO. See Statement of Work, Paragraph F-3 Instructor Qualification Requirements. C-3Employee Identification Contractor employees visiting government facilities shall wear an identification badge that, at a minimum, displays the contractor name, the employee’s photo, the employee’s name, clearance level, and badge expiration date. Visiting contractor employees shall comply with all government escort rules and requirements. All contractor employees shall identify themselves as contractors when their status is not readily apparent and display all identification and visitor badges in plain view above the waist at all times. C-4Key Personnel No personnel will be designated as Key by the government under this PO. C-5Security Contractor access to classified information is not required under this PO. DGOVERNMENT FURNISHED RESOURCES The government will provide access to all appropriate data and employee information/personnel data relevant to fulfill this Statement of Work. ECONTRACTOR FURNISHED PROPERTY The contractor shall furnish all facilities, materials, equipment, and services necessary to fulfill the requirements of this PO. E-1Contractor Furnished Training Facilities Training shall occur at a contractor provided facility. The contractor’s training facility must be located in the Washington, DC metropolitan area and must be within walking distance (no more than ¼ mile) of the nearest Metrorail with no additional transfers required by bus, shuttle, etc. FREQUIREMENTS F-1Training Specifications F-1.1Academic credit granted shall be acceptable for transferability to all colleges and universities that are American Council on Education approved. F-1.2Courses must offer application-oriented instruction for the adult learner. F-1.3Classroom training must include at least 35 and a maximum of 60 contact hours per course. F-1.4Courses must be held between 8:30 a.m. and 5 p.m. Monday through Friday. F-1.5Scheduling of classes must comply with the federal government holiday schedule. No classes will be held on July 4, 2008 or on October 13, 2008. F-1.6The courses will be offered as a part of the Acquisition Professional Career Program Orientation. F-1.6.1The first orientation session will begin June 23, 2008. Therefore, the courses for the first orientation session (CON 100 and CON 110) must begin on June 26, 2008 and end no later than July 11, 2008. F-1.6.2The second orientation session will begin September 29, 2008. Therefore, the courses for the second orientation session (CON 100 and CON 110) must begin on October 2, 2008 and end no later than October 17, 2008. F-1.7Courses will include experiential, group, and self-directed learning techniques to accelerate the transfer of knowledge and technology from theory to practice. F-1.8Each training course must accommodate up to 30 students. F-1.9For each course, student training material shall be furnished to each student for the student’s continued use upon returning to the office; F-1.10At the end of each training course, the contractor shall provide to each student a means of providing a written assessment on the quality of course content, the instructor, and the facility. All student assessments shall be provided to the government within two weeks of course completion; and F-1.11At the end of each training course, the contractor shall provide a certificate of completion to each student that successfully completed the training course. The training certificate shall identify the training course and the number of training hours completed. F-1.12Within two weeks of the posting of the final grades for a course, the contractor shall provide students access to a transcript for that course. F-2Program Requirements Upon completion of each course, the contractor shall award students the established number of semester hours of academic credit (either at the undergraduate or graduate level). Courses must also be equivalent to the DAU Curriculum. These DAU equivalent courses include: CON 100 – Shaping Smart Business Arrangements CON 110 – Mission Support Planning F-2.1The contractor shall provide students enrolled in the program the same opportunities for student services as part-time on-campus students. F-2.2The contractor shall maintain automated record keeping on an ongoing basis (student enrollments, grades, academic records) and make all records available to the APCP Program Manager. F-2.3The contractor shall provide full student access to library services to all registered employees during the regularly scheduled hours of library operation. F-2.4The contractor shall provide proof of approval through ACE (American Council on Education) or accreditation through the Commission on Higher Education of the Middle States Association of Colleges and Schools. F-2.5The contractor shall provide proof of DAU equivalency for CON 100 and CON 110. F-3Instructor Qualification Requirements F-3.1Instructors must hold a minimum of a graduate level degree in the subject matter they are teaching. F-3.2Instructors must have significant real-world experience in acquisitions, procurement, and contracting in order to enhance the learning experience of the students (e.g. contractor is able to answer questions that go beyond the scope of the Instructor Support Package). F-3.3Instructors must have a minimum of three years experience in the course they are teaching and must employ adult learner-based instructional techniques. F-3.4Instructors must be present during the entire class session. F-4Instructor Deliverables F-4.1The contractor shall provide course syllabi three days prior to the first day of class. F-4.2The contractor shall provide employee grades within two weeks of the end of each course. Grades are provided to students and the APCP program manager. F-4.3The contractor shall provide suggestions for improvement of course delivery, content, etc., within two weeks of the end of the course. GCONTRACTOR DELIVERABLES ITEMPARAGRAPHDELIVERABLE/EVENTDUE BY 1F-4.1Provide Program Manager with Course Syllabi3 days prior to 1st day of class 2F-1.9Student Training Material1st day of class 3F-1.10Student Assessments Completed2 weeks after completion of class 4F-1.12Provide Student Access to Transcripts2 weeks after grades have been posted 5F-4.3Provide Course Feedback2 weeks after completion of class 6F-1.11Certificates of Completion2 weeks after completion of class HPERIOD OF PERFORMANCE The period of performance for the contract shall start on June 23, 2008 and end no later than July 25, 2008. ISUBMISSION OF INVOICES - SINGLE PAYMENT OFFICE Original invoices shall be sent to the address identified in block 18a of form 1449 with a copy to the Contracting Officer’s Technical Representative (COTR) and the Contract Specialist. The invoice must contain the (1) contract number or blanket purchase agreement as applicable, (2) order number, (3) applicable contract line item number(s). The invoice must comply with the payment clause in this award document to be considered a proper invoice. JCLAUSES This purchase order also incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: http://www.arnet.gov/far (FAR Clauses) and http://farsite.hill.af.mil/VFHSAR1.htm (DHS specific clauses) ClauseTitleDate Additional FAR Clauses 52.212-1Instructions to Offerors-Commercial ItemsApr 2008 52.212-2Evaluation-Commercial ItemsJan 1999 52.212-4 Contract Terms and Conditions-Commercial Items Feb 2007 DHS Clauses/Provisions 3052.209-70Prohibition on Contracts with Corporate ExpatriatesJune 2006 3052.242-71Dissemination of Contract InformationDec 2003 3052.242-72Contracting Officer's Technical Representative Dec 2003 FAR Clause 52.212-5, CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS, The Contractor shall comply with following clauses, as indicated within the respective sections of paragraph b of this provision: (16) 52.222 3, CONVICT LABOR; (17) 52.222 19, CHILD LABOR; (18) 52.222 21, PROHIBITION OF SEGREGATED FACILITIES; (19) 52.222 26, EQUAL OPPORTUNITY; (21) 52.222 36, AFFIRMATIVE ACTION FOR WORKERS WITH DISABILITIES; (24) 52.222 50, COMBATING TRAFFICKING IN PERSONS, (36) 52.232 34, PAYMENT BY ELECTRONIC FUNDS TRANSFER CENTRAL CONTRACTOR REGISTRATION; and (6) 52.222-53, EXEMPTION FROM APPLICATION OF THE SERVICE CONTRACT ACT TO CONTRACTS FOR CERTAIN SERVICES—REQUIREMENTS KPROVISIONS Participants shall include a completed copy of the provision at 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS with quote. LEVALUATION FACTORS Award will be made to the responsible quoter submitting an overall quote that is determined most advantageous to the Government, price and non-price factors considered. Award will be made to the firm whose quote meets the Government’s requirements and whose technical performance and price represent the best value to the Government. The evaluation of quotes will be based on a technical evaluation of the Ability to Meet the SOW Requirements, Experience in Successful Delivery of the Required Classes and Past Performance non-price evaluation factors. Ability to Meet the SOW Requirements and Experience are equally important to the Past Performance. When combined, the technical evaluation factors of (1) Ability to Meet the SOW Requirements, (2) Experience and (3) Past Performance are significantly more important than price. As the technical evaluation of quotes approaches equality, greater will be the importance of price in making the award determination. In the event that two or more quotes are determined not to have any substantial technical differences (i.e. are technically equivalent), award may be made to the lower priced quote. It should be noted that award may be made to other than the lowest priced quote if the Government determines that a price premium is warranted due to technical merit. The Government may also award to other than the highest technically rated quotation, if the Government determines that a price premium is not warranted. Awards may also be made on the basis of initial quotes without discussions. Quoters are therefore cautioned that each initial quote should contain the quoter’s best terms. L-1Ability to Meet the SOW Requirements The quoter must demonstrate the ability to meet the requirements as set forth in the SOW. Provide evidence of Defense Acquisition University (DAU) course equivalency and evidence of American Council on Education (ACE) accreditation. Include a statement of how many college credits will be awarded for each course. Provide resumes that demonstrate the qualifications of the instructors who are available to teach the courses. Based upon this, the quote will be evaluated on: Demonstrated ability to meet the requirements in the specific areas specified under Description/Scope of Work, Paragraph F-1 Training Specifications, Paragraph F-2 Program Requirements and Paragraph F-3 Instructor Qualification Requirements. Resumes must be received for all instructors being offered under this RFQ. Resumes shall not exceed 3 pages in length. All resumes must include a signed statement by the offered individual that they either currently work for the educational institution and will work under the resulting award or will accept employment if the quoter receives the award based upon the resume submitted. L-2Experience in Successful Delivery of the Required Classes The Government will evaluate the experience of each quoter. The quoter shall discuss its experience in providing CON 100 – Shaping Smart Business Arrangements and CON 110 – Mission Support Planning or similar classes. Demonstrated experience in successful delivery of the courses specified under Description/Scope of Work, Paragraph B OBJECTIVE AND SCOPE. L-3Past Performance The Government will evaluate relevant past performance of each quoter. The quoter shall identify five (5) contracts/task orders with the Federal Government or commercial organizations that demonstrate recent and relevant past performance. Recent is defined as within the last three (3) years. Relevant is defined as work similar in complexity and magnitude to the work identified in the SOW. Please include the following information: •Course Title •Description of the Course •Contract/Task Order Number •Contract/Task Order Amount •Government Agency/Organization •COTR’s name, address, phone number and email address •Contracting Officer’s name, address, telephone number and email address •Current status, e.g. completed and/or in progress, start and estimated completion dates •List of courses delivered to customer including delivery date •A brief narrative of why your firm believes this reference is relevant to the proposed task. Quoter’s shall not include any price information in the technical quote. PRICE: The price quote shall include the Firm Fixed Price for each required course and the Total Firm Fixed Price. The firm fixed price shall include all costs required to deliver the courses including facilities, travel of instructor to exclude local travel, training materials, etc. The price quote must contain the Firm Fixed Price information along with the Representations and Certifications identified in Paragraph K of this combined synopsis/solicitation. The technical quote submission shall be limited to 12 one-sided pages (inclusive of cover pages, charts, graphs, tabs, etc.) and the past performance section shall be limited to 2 one-sided pages (also inclusive of cover pages, charts, graphs, tabs, etc.) The price quote has no page limitations. All quotes should be provided with a cover page and table of contents for both the Technical and the Price sections. No pricing information is to be provided within the quoter’s technical quote. The font for submissions shall be set at Arial [no smaller than] 11 with 1 inch margins. All responses shall be submitted in MS Word format. MSUBMISSION OF QUOTE All quotes, both technical and price, are due no later than May 27, 2008, 2:00pm, Washington, D.C. time. Quotes are to be e-mailed to Ms. Tarasia Remhof at tarasia.remhof1@dhs.gov and to Ms. Darlene Bullock at darlene.bullock@dhs.gov. Faxed or mailed quotes will not be accepted. Please note that any administrative costs or expenses incurred by quoters in responding to this solicitation are NOT reimbursable by the government. The Contracting Officer may at any time, via amendment to this RFQ, alter acquisition strategy, readdress the requirement, or effect administrative changes as he or she deems necessary. DHS may, at its own discretion, reject quotes that are determined to be non-responsive with respect to the requirements and submission instructions provided within this Combined Synopsis/Solicitation.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=70fbf40ad46764feec1cd683e52bbda5&tab=core&_cview=1)
 
Document(s)
Modification 1
 
File Name: HSHQDC-08-Q-00183 Modified (HSHQDC-08-Q-00183 rev1.rtf)
Link: https://www.fbo.gov//utils/view?id=afd0dd5c470cb422b2f68e501ac4296b
Bytes: 189.55 Kb
 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Contractor provided facility, Washington, District of Columbia, 20528, United States
Zip Code: 20528
 
Record
SN01575107-W 20080518/080516220446-70fbf40ad46764feec1cd683e52bbda5 (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.