Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 15, 2009 FBO #2638
SOLICITATION NOTICE

U -- Accredited Trial Advocacy Training

Notice Date
2/13/2009
 
Notice Type
Presolicitation
 
NAICS
611430 — Professional and Management Development Training
 
Contracting Office
Department of Homeland Security, Immigration & Customs Enforcement, ICE-OAQ-MD, 7701 N. Stemmons, Dallas, Texas, 75247, United States
 
ZIP Code
75247
 
Solicitation Number
HSCEMD-09-Q-00006
 
Point of Contact
Cheryl D. Hodge,, Phone: 214-905-5458
 
E-Mail Address
cheryl.hodge@dhs.gov
 
Small Business Set-Aside
N/A
 
Description
Accredited Regional Trial Advocacy Training, Solicitation Number, HSCEMD-09-Q-00006 will be issued on/around 27 February 2009. The Department of Homeland Security (DHS), Immigration and Customs Enforcement (ICE), Office of Acquisition Management, Dallas, Texas are soliciting for an indefinite number of specialized accredited regional trial advocacy training to be conducted at DHS-ICE Office of Principal Legal Advisor (OPLA) offices located in Los Angeles, San Francisco, Miami and New York or at a centralized venue. The Contract Specialist for this solicitation will be Cheryl D. Hodge at 214-905-5458 or e-mail at Cheryl.hodge@dhs.gov. The DHS-ICE Office of Acquisition Management, Dallas Texas, is soliciting for and to award a Firm-Fixed-Price Indefinite Delivery/Indefinite Quantity Type Contract for trial advocacy instructors sufficient to support classes of up to 56 students. OPLA requires accredited course for continuing legal education credit and requires the vendor to process the necessary forms, information and materials for submission to the State Bar Associations. The current sites include DHS-ICE-OPLA offices located in Los Angeles, San Francisco, Miami and New York; however, additional regional sites may be added at a later date. The resultant contract will be a Firm-Fixed Price Indefinite Delivery/Indefinite Quantity Contract with a Base Period of Performance of twelve months (1 April 2009 to 31 March 2010) and four (4) option periods consisting of twelve months each. The contractor is responsible for providing 50% of the faculty necessary to conduct the training and OPLA will be responsible for providing the remaining faculty. Regional Training will consist of a class up to 32 students and requires the contractor to provide personalized breakout instruction, curriculum, training materials, witnesses, and supporting audio-visual equipment so that each student will receive a DVD of his/her performance. OPLA will request assistance from vendor in locating regional training facility. Centralized Training will consist of a class up to 56 students and requires the contractor to provide personalized breakout instruction, curriculum, training material, witnesses, a facility with a sufficient number of state of the art courtrooms to support personalized instruction (estimated at eight courtrooms) and supporting audio-visual equipment so that each student will receive a DVD of his/her performance. Contractor’s supplied witnesses will be provided at contractor’s expense and must be professional in their preparation. When students must travel to a centralized venue, adequate hotel accommodations must be available and in close proximity. The facility must be convenient to major transportation points to accommodate out of area students. Professional and Management Development Training, North American Industry Classification System (NAICS) Code is 611430. Small Business Size Standard is $6.5 Million. An UNRESTRICTED Solicitation will be issued on or about 27 February 2009, with proposals due on or about 13 March 2009 (unless otherwise stated in the solicitation). This contract will be based on best value to the Government, which may or may not result in accepting the lowest priced offer. It is anticipated that all evaluation factors other than cost or price, when combined, are significantly more important than cost or price. This solicitation will be issued via Federal Business Opportunities (FedBizOpps.Gov) only. Notification of amendments shall be made via FedBizOpps.Gov only, as well. It is therefore the contractor’s responsibility to check https://www.fbo.gov/ daily for any posted changes to this solicitation. Offerors must be registered with the Central Contractor Registration (CCR) at http://www.ccr.gov and Online Representations and Certifications Application (ORCA) at https://orca.bpn.gov/ in order to receive a government contract award. Click on the appropriate links to register. Contact Cheryl D. Hodge at 214-905-5458 or Cheryl.hodge@dhs.gov for further information or questions.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=97c1dcd25fe4a212b9cf51d7bb1dbdff&tab=core&_cview=1)
 
Place of Performance
Address: various locations that include Los Angeles, San Francisco, Miami and New York., Dallas, Texas, 75247, United States
Zip Code: 75247
 
Record
SN01750791-W 20090215/090213220638-97c1dcd25fe4a212b9cf51d7bb1dbdff (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.