Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 24, 2009 FBO #2861
SOLICITATION NOTICE

D -- Information Technology Training - T&C's, SOW and Past Performance

Notice Date
9/22/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611420 — Computer Training
 
Contracting Office
Department of Homeland Security, Customs and Border Protection, Procurement Directorate - IN, 6650 Telecom Drive, Intech Two, Suite 100, Indianapolis, Indiana, 46278, United States
 
ZIP Code
46278
 
Solicitation Number
HSBP1009R2802
 
Archive Date
10/10/2009
 
Point of Contact
Sharon E Meltzer, Phone: 317-614-4578
 
E-Mail Address
sharon.meltzer@dhs.gov
(sharon.meltzer@dhs.gov)
 
Small Business Set-Aside
N/A
 
Description
Subcontracting plan Past Performance (attachment 3) Statement of Work (attachment 2) Terms and conditions (attachment 1). Information Technology Training This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation, FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Proposals are being requested and a written solicitation will not be issued. The solicitation number is HSBP1009R2802 This solicitation is being issued as a Request for Proposal. This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-35. This requirement is solicited on an unrestricted basis. The NAICS code is 611420 with a size standard of $6.5 Million in revenues. Although unrestricted, offeror’s are requested to provide their business size. The following Services are in accordance with the Terms and Conditions attached to this notice as attachment 1 and Statement of Work (SOW) attached to this notice as attachment 2. General Description of Requirements: CLIN A-.Instructor-led Web-conferencing courses: The Offeror shall provide instructor–led, web conference learning solutions for each of the thirty (30) courses identified in the SOW at section 3.1. The Offeror is responsible for the development and delivery of the distance learning courses and provide access to Office of Information Technology, Field Technology Officers. CLIN B- Provide four (4) self-paced online learning solutions for each of the following courses that will be available without any restrictions. B- 0001 Understanding TCP/IP B- 0002 Radio Systems Overview B- 0003 Understanding Voice Communication B- 0004 Understanding Radio Fundamentals CLIN C -0001 Offeror’s shall provide Sharable Content Object Reference Model (SCORM) compliant introductory modules for instructor-led web-conference. The introductory module shall provide all students with a summary of the course. For tracking purposes, the Offeror’s shall host the introductory module on a vendor-owned web server. The introductory module must be delivered to the Government as a stand-alone tutorial that can be hosted on the CBP internal website for future personnel usage. Deliver To: Customs and Border Protection Various sites, nationwide on-line or through web-conference. Period of Performance: Contract period of performance is anticipated to be for a base period from date of award for one year. Award will be made to the responsible offeror whose technical and cost proposal represents best overall value to the Government. The Government is more concerned with obtaining superior technical and performance capability than with making an award at the lowest cost or price. However, if the technical aspects of competing proposals are determined to be essentially equivalent, the evaluated cost/price may become the determining factor for award. The determination that technical solutions are essentially equal is within the discretion of the source selection official. All technical evaluation factors including past performance, when combined, are significantly more important than cost/price. Offerors shall tailor their responses to the Statement of Work to incorporate the following information for evaluation purposes. Evaluation Factors: Technical and Cost/Price are the evaluation factors for this requirement. Technical Evaluation Factors: The four evaluation factors below are of equal importance. Sub-factors are of equal importance. In order to be considered for award of the contract, Offerors shall submit information in the detail necessary to respond to each technical factor and sub-factors. Training Vendor Qualifications Qualification Description 1. Recognized Industry Leader Must be recognized as a leader by training Industry such as TrainingIndustry.com's Annual Top 20 List.. 2 Established Relevant Expertise Expertise must be relevant to specific training required by CBP-OIT-Field Support. Content- Minimum of One year of Experience at both the corporate level and the Instructor level. 3. Content Delivery Expertise must have experience delivering content Identified in the SOW. Minimum of one year of experience both at the corporate level and the Instructor level and for on-line classes. 4. Webinar Delivery Expertise Must have experience delivering effective Webinar training. Minimum one year of experience. 5. Gold Certified Microsoft Partner Must be an authorized Gold Certified Microsoft Partner. - The vendor at a minimum must provide information that proves that they are a Gold Certified Microsoft Partner such as a letter from Microsoft. 6. Cisco Learning Solutions Partner Must be an authorized Cisco Learning Solutions Partner for the Cisco courses (ICND1 and ICND2) The vendor at a minimum must provide information that proves that they are a Cisco Learning Solutions Partner such as a letter from Cisco. 7 Past Performance- Requirements for Past Performance are found in attachment 3. 8. Cost/Price: Pricing shall be firm-fixed price broken down by a price per class to reach the cumulative total. Any other costs/prices used to create the total firm-fixed price shall be identified as applicable. Subcootracting Plan: All offerors who propose to use subcontractors must complete the subcontracting plan and provide with their proposal responses. A format is provided as attachment 4 Proposals are due by 2:00pm Eastern Standard Time on September 25, 2009. _ Facsimile Proposals are acceptable to 317-298-1344 attn: Sharon Meltzer. Email Proposals are acceptable to Sharon.Meltzer@dhs.gov. All proposals are due by the date and time indicated in this announcement. Contact Sharon Meltzer via email at Sharon.Meltzer@dhs.gov with questions regarding this solicitation. No phone calls please.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCS/FPSB/HSBP1009R2802/listing.html)
 
Place of Performance
Address: See Statement of Work, Springfield, Virginia, 22153, United States
Zip Code: 22153
 
Record
SN01966137-W 20090924/090923002835-19c2036e36e312c7ba37bd2e317d93fe (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.