Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 24, 2008 FBO #2463
DOCUMENT

B -- Assessment of Intelligence Community Training - Q&A

Notice Date
8/22/2008
 
Notice Type
Q&A
 
NAICS
611710 — Educational Support Services
 
Contracting Office
Department of Justice, Drug Enforcement Administration, Office of Acquisition Management, None, Washington, District of Columbia, 20537
 
ZIP Code
20537
 
Solicitation Number
08-TR-0012
 
Response Due
9/3/2008 3:00:00 PM
 
Point of Contact
Connie Jones,
 
E-Mail Address
connie.jones2@usdoj.gov
 
Small Business Set-Aside
N/A
 
Description
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; bids are being requested and a written solicitation will not be issued. This is a full and open competition. The solicitation number is 08-TR-0012 and the solicitation is being issued as an Invitation for Bid (IFB). Award will be made to the lowest, responsive, responsible bidder. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-26. The associated NAICS code is 611710. The requirement is for the Assessment of Training Needs associated with DEA's membership in the Intelligence Community as set forth in the statement of work. Paper and electronic format. The statement of work is as follows: I. INTRODUCTION AND BACKGROUND: In February 2006, the Attorney General and the Director of National Intelligence issued a joint memorandum designating the Drug Enforcement Administration's (DEA) Office of National Security Intelligence (NN) as a full member of the U.S. Intelligence Community (IC). The mission of the Office of National Security Intelligence is to facilitate full and appropriate intelligence coordination and information sharing with other members of the U.S. Intelligence Community and homeland security elements. This will enhance our Nation's efforts to reduce the supply of drugs, protect our national security, and combat global terrorism through a core of dedicated and innovative intelligence professionals. These are professionals who will ensure that the resources of the DEA are responsive to national security requirements while leveraging the institutions, diversity, and intellectual capabilities of the Intelligence Community to strengthen and support efforts to lessen the impact of drugs on this country and better protect our neighborhoods. In order to accomplish this mission, and to ensure that DEA as an agency is a full and effective partner in protecting the national and homeland security interests of the U.S., all DEA personnel will require adequate training related to the national security infrastructure, priorities, processes, and the national security roles and responsibilities of DEA. II. SCOPE OF WORK: The Contractor shall provide an assessment of DEA intelligence community training requirements. III. REQUIREMENTS: The contractor shall conduct a review of the training requirements associated with DEA membership in the IC. This review should address the various levels of training required, to include the training necessary for: those DEA personnel in the field and at DEA Headquarters that are funded under the Office of National Security Intelligence; personnel, especially Intelligence Analysts, assigned to the DEA Intelligence Program; Special Agent personnel; the remainder of the DEA workforce; and Senior executives and managers at the field and Headquarters levels. IV. PLACE OF PERFORMANCE: This work will be completed primarily at the contractor's facility, with interviews and other fact-finding efforts conducted as necessary at Government locations including DEA headquarters and DEA's training facility at Quantico, Virginia. V. CONTRACTOR RESPONSIBILITIES: The contractor shall provide all administrative, office and other support necessary to complete this task. No government related travel requirements outside the Washington, D.C. commuting area are anticipated for this contract. Local travel expenses incurred by the contractor in performance of contract tasks will not be reimbursed to the contractor by DEA. VI. DELIVERABLES: All deliverables shall be provided in both electronic and paper format and will include reports on: 1. An assessment of the training needs associated with DEA membership in the IC. 2. A modular training program that addresses the identified requirements associated with IC membership. 3. An identification of existing courses within the IC that can be used to meet the requirements associated with IC membership. These courses should be included in the modular training program identified above. 4. Recommendations on the integration of this training program into existing DEA training programs, to include an evaluation of resource requirements within the DEA Office of Training or other DEA element to manage and implement this program. Drafts of these products shall be provided to the Contracting Officer's Technical Representative (COTR) for review and comment within 110 days after award of the contract. The COTR will provide any comments within 5 working days of receipt of the drafts. Additionally, the contractor shall provide periodic status briefings to both the Special Agent in Charge of the Office of Training and the Deputy Chief of Intelligence for the Office of National Security Intelligence, on a monthly or as required basis. All work shall be completed within 120 days of the beginning of the contract. VII. PERSONNEL: The contractor shall provide personnel who possess demonstrated experience or ability in evaluating and analyzing training requirements and developing requisite training programs. Expertise in understanding the training programs of the IC or the ability to quickly appreciate these requirements is required. Experience in or significant knowledge of law enforcement operations is preferred, but not required. VIII. SECURITY REQUIREMENTS: The personnel security access level for this contract/order is TOP SECRET. All contractor personnel assigned to this contract/order shall have been granted a security clearance by the Department of Defense, Defense Security Services, for access to national security information that is classified at the TOP SECRET level. Interim clearances will be accepted. Detailed security requirements and the documentation required to obtain approval for access at DEA are are available at www.dea.gov; click on Acquisitions & Contracts; click on Policies; and click on provision DEA-2852.204.88. The following provisions are applicable to this requirement: 52.212-1 Instructions to Offerors - Commercial Items (Jun 2008) and 52.212-3 Offeror Representations and Certifications - Commercial Items (Jun 2008). Please include a completed copy of this provision with your bids. The following clauses are applicable to this requirement: 52.212-4 Contract Terms and Condition - Commercial Items )Feb 2007) and 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Jun 2008). The following FAR clauses cited in the previous clause are also applicable to this acquisition: 52.203-6 Restrictions on Subcontractor Sales to the Government (Sep 2006), with Alternate I (Oct 1995); 52.219-8 Utilization of Small Business Concerns (May 2004), 52.222-3 Convict Labor (June 2003), 52.222-21 Prohibition of Segregated Facilities (Feb 1999), 52.222-26 Equal Opportunity (Mar 2007), 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006), 52.222-36 Affirmative Action for Workers with Disabilities (Jun 1998), 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006), 52.222-50 Combating Trafficking in Persons (Aug 2007), 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (Oct. 2003). Bids are due on September 3, 2008 at 3:00 p.m. EDT. All bids shall be submitted to: DEA Warehouse, Attn: Ms. C. Jones, FAC, 8701 Morrissette Drive, Springfield, Virginia 22152. Bids submitted via personal messenger shall be delivered to: U. S. Department of Justice, Drug Enforcement Administration, Attn: Ms. C. Jones, FAC, 600 Army Navy Drive, Arlington, Va. 22202, (202)307-7804. All packages are subject to x-ray by the Government and should therefore be delivered in enough time so as not to be received after the date and time specified for receipt of bids. In addition, delays in mail deliveries are possible due to the current, and ongoing, national crisis. It is the offeror's responsibility to ensure timely arrival. No more questions can be accepted.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=f0d46040414f2ef67f9fcc537f5711b9&tab=core&_cview=1)
 
Document(s)
Q&A
 
File Name: Questions & Answers (Training Assessment Q&A.doc)
Link: https://www.fbo.gov//utils/view?id=7eef69e5e8bea0a1abaafcd44dc4644f
Bytes: 83.00 Kb
 
File Name: Top secret security clause (topsecret.pdf)
Link: https://www.fbo.gov//utils/view?id=8100065d2d407432c8dee0fab2a5f967
Bytes: 215.43 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: DEA Hdqtrs & Contractor Facility, United States
 
Record
SN01648211-W 20080824/080822221338-f0d46040414f2ef67f9fcc537f5711b9 (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.