Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 13, 2009 FBO #2756
SOLICITATION NOTICE

U -- Diversity Training

Notice Date
6/11/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541618 — Other Management Consulting Services
 
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
187248
 
Archive Date
6/23/2009
 
Point of Contact
Susan L Papa-Provost, Phone: (202) 406-6782, Patricia A. Kiely, Phone: 202-406-6940
 
E-Mail Address
Susan.Papa-Provost@usss.dhs.gov, patricia.kiely@usss.dhs.gov
(Susan.Papa-Provost@usss.dhs.gov, patricia.kiely@usss.dhs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with The Federal Acquisition Regulation Part 12, subpart 6-Streamlined Procedure for Evaluation and Solicitation for Commercial Items. Proposals are being requested as official Request for Proposals (RFP) under the Federal Acquisition Circular Fac 2005-29 (Effective 19 Jan 2009). The NAICS code is 541618. The United States Secret Service (USSS) has a requirement to award a Firm-Fixed Price contract Offeror who meets the requirements to provide services for teaching at least two (2) with a possible third (3rd) Cultural Diversity Training classes for the United States Secret Services. The anticipated award date is 30 June 2008. Request for Proposal (RFP) to provide conduct Cultural Diversity Training. The first two training classes must be held on the following dates: July 14, 15 and 16th August 18, 19, 20th No exceptions to the schedule can be made. An additional class is anticipated within the first two weeks of October however the exact date is to be determined. The Offeror is also required to submit a detailed cost proposal. Please submit copies of all technical and costs associated with this proposal package separately. The technical section shall address offerors approach to meeting requirements. Your response and submittal should be received as soon as possible, but no later than 4:00 pm Friday, June 19, 2009. The Offeror shall also provide (1) the name, title, phone number, fax number, mailing address and email address of the points of contact; (2) the nine digit DUNs (verification of vendor in CCR). All deliveries are the contractor's responsibility. The contractor shall coordinate the deliveries with the COTR prior to the delivery, specifying the date and time. The contractor shall be responsible for off and on loading equipment and materials. Special Provision The contractor personnel proposed to work under this contract shall be US citizens. Upon contract award, the contractor shall be provided USSS contractor personnel forms. Within five (5) days of contract award, the contractor shall submit these completed contractor personnel access forms to the Contracting Officer's Technical Representative (COTR). The following DHS Provisions are applicable: *3052.209-70 Prohibition on Contracts with Corporate Expatriates *3052.204-90 Unauthorized Use of 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. Award will be based on 1) Technical capability per the SOW 2) Key Personnel and Qualifications 3) Past Performance and 4) Price. Technical capability (Factor 1) is more important than Factors 2, 3 and 4. Factors 2 and 3 are weighted equally, but are weighted more than Factor 4 (Price). *FAR 52.212-3 Offerors Representatives and Certifications-Commercial Items *FAR 52.222-41 Service Contract Act of 1965 Statement of Work (Requirements) Offeror must meet the following requirements: Possess a sound knowledge of state of the art diversity training methodology, not only possessing an advanced understanding of diversity, in addition to extensive professional experience in the field of adult teaching and learning concepts including highly interactive lectures with a focus on law enforcement and experience working with diversity in the law enforcement area on a global level. Have experience in developing training programs focusing on the interpersonal, team and organizational dynamics associated with diversity and inclusiveness in addition to awareness. Incorporate the behavior, required to operate in a diverse environment, into the entire range of inclusive leadership competencies required of managers and individual contributors, regardless of level in the organization. Have global and cross-cultural experience, preferably having worked internationally in more than one country. Have experience in emergency preparedness in both domestic and international environments. Have work experience and knowledge of the full range of human resource and employee relations technologies in addition to emergency preparedness techniques and programs. To the extent that this experience was practically applied in global settings and contributes to an understanding of what Secret Service personnel deal with on a day to day basis. Have a wide range of work experience with corporations, governmental law enforcement agencies and non-profit and not-for-profit organizations. Have extensive knowledge of management's role in creating work environment that motivates and encourages managerial accountability as well as personal responsibility Provide strategic and tactical consulting to help the Secret Service continue to create and maintain an inclusive working environment. The offeror's strategic consulting capabilities should also strengthen their facilitation and add value to the overall diversity and inclusion process. Several unique aspects of the training program should include: 2 hours of focused exploration of several dimensions of diversity through the Exploring Dimensions of Diversity Learning Modules to include: sexual orientation, gender, age, religion and spirituality in the workplace, language and cultural differences, race/ethnicity, differing abilities. A behavioral organizational assessment which allows the offeror to recognize behaviors that exist within the Secret Service that would enable or derail the mission. The assessment data should provide a snap shot of current behaviors comparative to expected behaviors resulting in appropriate intervention. Minimum 2 hours of cross-cultural learning focusing on concepts, tools and skill building which enhance the participant's ability to work more effectively across cultural and language differences. The program shall encompass workforce, workplace and marketplace data. Each module should include a careful blend of concepts, tools and skill building application and a robust action plan. Participants shall be given the opportunity to practice becoming an articulate advocate for the diversity and inclusion process through answering and asking tough diversity related questions. Possess the ability to follow-up the training program with individualized coaching and development plan. Evaluation Criteria Proposal Submission Instructions The Offeror's Cost/Price Proposal shall address the following: United States Secret Service (USSS) is requesting a firm-fixed price proposal in response to this Request for Quotation (RFQ) and the Statement of Work (SOW). The Offeror's cost/price proposal shall identify any necessary information required under the RFQ in order to fulfill the requested pricing initiative. The Offeror's Technical Proposal shall address the following: Technical Capabilities of the Offeror in Meeting the Statement of Work (SOW): The Offeror is requested to provide a technical proposal. The technical proposal is limited to (5-7) pages. The offeror's proposal shall demonstrate its understanding of the requirements listed in the SOW, as well as its knowledge of the services to be provided. The offeror's quotation shall demonstrate its practices and methodology to be used in performing the tasks at hand, as well as the accomplished personnel who will understand the requirements and possess the vendor's approach in performing tasks at hand, and who will understand the requirements and possess the experience to successfully provide the information necessary to deliver satisfactory deliverables. Organizational Capability of the Offeror to Perform the Tasks and Provide the Deliverables as IAW the SOW The Offeror shall identify current practices and/or tools established and in place at your firm which will ensure a successful outcome for all tasks and deliverables mentioned in the SOW. Qualifications of Key Personnel: Resumes for the key personnel to be involved in the project shall be submitted by the Offeror (specific experience outlined as it relates to the current order/service request). Current and Past Performance(Optional): The Offeror shall submit a listing of the three (3) successful projects, similar in nature to present requirement as stated in the Statement of Work under this Request for Quotation (RFQ). This shall include contracts/orders held with Government entities within the past three (3) years. Two references for work performed within the past two years, if possible for a government agency. Evaluation Factors for Award The government intends to evaluate the proposal on the following factors conforming to the RFP, which will provided the best value to the Government, price and other factors considered. The following factors, in descending order of importance, shall be used to evaluate offers: (1) Technical Capabilities (2) Key Personnel and qualifications (3) Current and Past Performance (4) Price Technical capability (Factor 1) is more important than Factors 2, 3 and 4. Factors 2 and 3 are weighted equally, but are weighted more than Factor 4 (Price). The Government will award resulting from the RFP to the responsible Offeror whose proposal, conforming to the RFP, will represent the best value to the Government, price and other factors considered. There is a possibility that the Offeror with the highest technical score may not be selected for award. The Government will determine if any additional technical merit in a given offer warrants any additional cost. Also, the award may not be made to the technically acceptable, lowest cost offer. Cost shall not be so controlling to preclude award to an Offeror whose technical superiority warrants additional cost. Please submit separate proposals for cost/price, technical and past performance proposal including your primary contact information, DUNS, and TIN. Your response and submittal should be received as soon as possible, but no later than 4:00pm, Friday June19, 2009. Any proposals received after the deadline will not be considered for award. The Offeror shall submit via email to susan.papa-provost@usss.dhs.gov or by fax at (202) 406-6801. All questions must be submitted in writing via email to susan.papa-provost@usss.dhs.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USSS/PDDC20229/187248/listing.html)
 
Place of Performance
Address: 950 H St. NW, Washington, District of Columbia, 20223, United States
Zip Code: 20223
 
Record
SN01842365-W 20090613/090611235458-33601c25e5f4a3de4294d285a3410bb9 (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.