Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 10, 2010 FBO #3303
SOLICITATION NOTICE

U -- Training Instructors - Statement of Work

Notice Date
12/8/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611699 — All Other Miscellaneous Schools and Instruction
 
Contracting Office
Department of Justice, Bureau of Alcohol, Tobacco and Firearms (ATF), Administrative Programs Division (APD), 99 New York Avenue, NE, 3rd Floor - Acquisitions, Washington, District of Columbia, 20226
 
ZIP Code
20226
 
Solicitation Number
DJA11RFP0005
 
Archive Date
7/30/2015
 
Point of Contact
James M. Huff, Phone: 202-648-9117
 
E-Mail Address
james.huff@atf.gov
(james.huff@atf.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Statement of Work for a Blanket Purchase Agreement for Training Instructors The U.S. Department of Justice, Bureau of Alcohol, Tobacco, Firearms and Explosives (ATF), is soliciting proposals for individual instructors for specialized law enforcement courses. Course participants cover a broad range of students, including inspectors, technical specialists, special agents and management personnel. The law enforcement subject areas for which instructors are required are Arson; Explosives; Firearms Identification and Investigation; Self Defense/Use of Force; Special Operations and Advanced Investigations; Industry Operations: ATF Basic Training and G.R.E.A.T. Officer ATF intends to award several Blanket Purchase Agreements (BPAs) covering a five-year period that will be available for placing calls/orders for services at U. S. and worldwide locations. Because ATF's needs are dynamic, ATF will periodically solicit additional offers to add new instructors to the pool. Therefore, ATF will have recurring open submission periods to receive and evaluate proposals for additional contract instructors. The following schedule depicts the current and anticipated solicitation, submissions and evaluation timeframes: Proposal Submission Times: BPA Year 1 January 1, 2011 - January 15, 2011 July 1, 2011- July 15, 2011 BPA Year 2 January 1, 2012 - January 15, 2012 July 1, 2012 - July 15, 2012 BPA Year 3 January 1, 2013 - January 15, 2013 July 1, 2013 - July 15, 2013 BPA Year 4 January 1, 2014 - January 15, 2014 July 1, 2014 - July 15, 2014 BPA Year 5 January 1, 2015 - January 15, 2015 July 1, 2015 - July 15, 2015 The overall BPA performance period is expected to continue through July 2015. For consideration for the first series of awards, interested offerors should submit a response by January 15th, 2011, 3:00 PM local time. Proposals will be evaluated and awards will be made to eligible, qualified and highly rated individuals. ATF seeks to establish cadres of instructors that can provide timely high-quality training. Please note that a BPA is not a contract. A BPA is a streamlined method for acquiring services on an as-needed basis from qualified sources that are readily available and services and thus eliminate the need for repetitive costly re-procurements. There is no minimum or maximum guaranteed quantity. All calls/orders must be acknowledged by the selected vendor/instructor in order to be retained on the ATF BPA calling list. The following Federal Acquisition Regulation (FAR) clauses and provisions are incorporated and are to remain in full force and effect: FAR 52.212-1, Instructions to Offerors - Commercial Items; 52.212-2, Evaluation - Commercial Items and FAR 52.212-4, Contract Terms and Conditions - Commercial Items Required to Implement Statutes or Executive Orders - Commercial. Each offeror must include a completed copy of the provision at FAR 52.212-3, Offeror Representation and Certification - Commercial Items and 52.209 Certification of Regarding Responsibility Matters with its proposal. A copy of the Offeror Representations and Certifications-Commercial Items, FAR 52.212-3 and 52.209 Certification of Regarding Responsibility Matters can be found at https://www.learnatf.gov/customcontent/ATF/Documents/52 212-3RepsCerts.doc.. The representations and certifications must be included with the offeror's proposal and the fill-in entries must be completed in order for the offer to be eligible; those that are not applicable should be annotated by entering "N/A". Commercial item for the BPA procedures are in accordance of FAR Part 12 and FAR Part 13.5. Proposals may be submitted only by response to the solicitation package. Proposals may be submitted only by response to the attached solicitation package. The NAICS number for this procurement is 611699. Instructions should be followed in accordance to the solicitation number DJA11RFP0005. There will be one (1) attachment for this requirement which is the solicitation QUALIFICATIONS, EVALUATION AND SELECTION Offerors should refer to the Assumptions and Constraints section of the Statement of Work, which should be accessed through this Announcement. These include numerous requirements, such as willingness for drug testing, not having criminal convictions for several types of offenses, ability to pass background checks, etc. Offerors should refer to Section 4.0, Proposal Instructions, for the current and future proposal submission schedules throughout the five year BPA period. Resumes and past performance/reference information must demonstrate relevance to the courses (contract line item number (CLIN)/area) for which instructor services are being offered. The proposal evaluation criteria are fully described in Section 5.0 of the Statement of Work. The factors and sub-factors, in descending order of importance, for evaluating proposals are: 1. Technical Capability a. Qualifications (Experience, Education and Training) b. Approach to Maintaining Subject Matter Currency and Quality Control 2. Past Performance/References 3. Cost/Price Point of Contact Proposals are to be sent via email to Gustav Jakowitsch, Instructional Systems Specialist, Learning Systems Management Division, at the following email address: Gustav.Jakowitsch@atf.gov. Submissions by FAX or mail will not be accepted. Questions of a contractual nature should be addressed to Mr. James Huff, Contracting Officer to James.Huff@atf.gov, 202-648-9117. Questions of a technical nature may be addressed to Mr. Gustav Jakowitsch, Gustav.Jakowitsch@atf.gov, (202)-648-8386.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/BATF/APMD/DJA11RFP0005/listing.html)
 
Record
SN02340709-W 20101210/101208234204-a117954c7aabc304b40cdd7f98ffc34e (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.