Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 13, 2008 FBO #2483
DOCUMENT

U -- USSS Training Courses - RFQ

Notice Date
9/11/2008
 
Notice Type
RFQ
 
NAICS
611430 — Professional and Management Development Training
 
Contracting Office
Department of Homeland Security, United States Secret Service (USSS), Procurement Division, 245 MURRAY LANE SW, BLDG T-5, WASHINGTON, District of Columbia, 20223
 
ZIP Code
20223
 
Solicitation Number
HSSS01-08-R-0058
 
Archive Date
10/2/2008
 
Point of Contact
Danielle M. Donaldson,, Phone: (202) 406-6812
 
E-Mail Address
danielle.donaldson@usss.dhs.gov
 
Small Business Set-Aside
N/A
 
Description
<h4>Description</h4> This is a combined synopsis/solicitation for a contractor to fulfill a requirement to teach Abnormal Behavior courses and Advanced Interviewing skills courses prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included with this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation number HSSS01-08-R-0058 is issued as a Request for Proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-26. The NAICS code is 611430 - Professional and Management Development Training, and the small business size standard is $7.0 Million. The performance period is 1-year base period plus four (4) one-year option periods, if exercised. I. REQUIREMENT The USSS requests proposals on training courses for the following: 1. LINE ITEMS 0100 FY09 - Contractor will teach ten (10) courses on Abnormal Behavior for Special Agent Training (SAT). 0200 FY09 - Contractor will teach ten (10) courses on Abnormal Behavior for the Uniformed Division Training (UDT). 0300 FY09 - Contractor will teach four (4) courses on Advanced Interviewing Skills. The delivery date MUST start on October 10, 2008. Offeror please provide pricing on base year plus 4 one-year options. ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ II. CONTRACTOR INFORMATION Provide the nine-digit DUNS and the nine-digit TIN. DUNS is used to verify that the vendor is in CCR. The Taxpayer Identification Number is necessary for electronic payment. By submitting proposals, the Offeror acknowledges the Government requirement to be in the Central Contractor Registration (CCR) database prior to award of any contract. Information about CCR may be found at www.ccr.gov. Submit Sections I and II to Danielle Donaldson via email or fax only. Submitting via email is preferred. Your entire email must not be greater than 3 MB; if your proposal is above that limit, please send multiple emails. Faxed Section I and II will be accepted. Please put "HSSS01-08-R-0058" in the subject line. All proposals will receive a confirmation email; if you do not receive a confirmation then your proposal has not been received. Late proposals will not be accepted. ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ III. EVALUATION FACTORS The government intends to evaluate the proposal on the following factors: (1) Technical capability to perform the work as evidenced in the Statement of Work (provide resumes of personnel); (2) Past Performance (provide three references from three different agencies/entities for work performed within the past two years); (3) Price; and (4) C ontractor MUST meet the delivery date of October 10, 2008. Technical Evaluation Factors shall be valued as Acceptable or Unacceptable. ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ IV. CONTRACT CLAUSES The following DHS Provision are applicable: 3052.209-70 Prohibition on Contracts with Corporate Expatriates 3052.204-90 Unauthorized Use of the U.S. Secret Service Name The following FAR provisions and clauses apply to this acquisition: FAR 52.212-1 Instructions to Offerors--Commercial Items FAR 52.212-2 Evaluation--Commercial Items FAR 52.212-3 Offerors Representations and Certifications--Commercial Items FAR 52-212-4 Contract Terms and Conditions--Commercial Items FAR 52-212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items FAR 52.252-2 - Clauses Incorporated by Reference ~~~~~~~~~~~~~~~~~~~~~~~~~~~~ V. ADDITIONAL INFORMATION FOR OFFERORS A spreadsheet for the proposal and a word document of all contract clauses will be provided upon email request; please provide your company name and point of contact. Since this is a competitive requirement, please do not telephone with questions but email them; if you do not receive a confirmation response then your question was not received. Submit proposals to Danielle Donaldson, Communication Center (PRO), 245 Murray Lane, SW, Bldg. T-5, Washington, DC 20223 or via fax at (202) 406-6801 or via electronic mail to danielle.donaldson@usss.dhs.gov by 11:00 am EDT, September 17, 2008.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=a0ff3f5b710c32d6f7be0b5178c25614&tab=core&_cview=1)
 
Document(s)
RFQ
 
File Name: RFQ (HSSS01-08-R-0058 - RFP.pdf)
Link: https://www.fbo.gov//utils/view?id=86fa31afeab6c4e0486ec6931af2684e
Bytes: 4,201.13 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: Department of Homeland Security, United States Secret Service (USSS), COMMUNICATIONS CENTER (PRO), 245 MURRAY LANE SW BLDG T-5, Washington, District of Columbia, 20223, United States
Zip Code: 20223
 
Record
SN01667702-W 20080913/080911230445-a0ff3f5b710c32d6f7be0b5178c25614 (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.