Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 17, 2011 FBO #3431
SOLICITATION NOTICE

U -- USFA/NFA Program Support

Notice Date
4/15/2011
 
Notice Type
Presolicitation
 
NAICS
611710 — Educational Support Services
 
Contracting Office
Department of Homeland Security, Federal Emergency Management Agency, NETC & Regional Support Section, Office of Acquisition Management, 16825 South Seton Avenue, Emmitsburg, Maryland, 21727, United States
 
ZIP Code
21727
 
Solicitation Number
HSFEEM-11-R-0032
 
Archive Date
9/1/2011
 
Point of Contact
Sarah J. Huwig-Leister, Phone: (301) 447-1053, Kimberly R Logue, Phone: (301) 447-1266
 
E-Mail Address
jane.huwigleister@dhs.gov, kim.logue@dhs.gov
(jane.huwigleister@dhs.gov, kim.logue@dhs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
The Department of Homeland Security (DHS), Federal Emergency Management Agency (FEMA) has a requirement for United States Fire Administration (USFA)/National Fire Academy (NFA) Program Support at the National Emergency Training Center (NETC) located in Emmitsburg, Maryland. All services are to be performed on-site at the NETC in Emmitsburg, Maryland. Requirements include: professional, clerical and administrative services in support of course development, course delivery, preparation and delivery of training materials, including logistical, word processing, editorial support, tracking and coordination activities, database management, conference/meeting support, operation of the USFA Publications Center, desk top publishing/design, and media production activities. The contract staff shall be fully conversant with National Incident Management System (NIMS) and the "Naturalistic Decision-Making" model of higher order, cue-based decision making and the Incident Command System as taught at the National Fire Academy. The contractor must be proficient with current software packages including DreamWeaver, Adobe CS4 (In Design, Photoshop, Illustrator, Acrobat, After Effects, Premiere Pro and Flash) and digital video editing software, as well as Microsoft Office (Word, PowerPoint, Excel, Access), HTML, Filemaker II, MacDraw Pro, Adobe Web Standard CS3 Package, and multimedia development programs. The contractor must have experience with and demonstrate a strong operating knowledge of: editorial/publishing standards, word processing, data entry, logistics/scheduling, desktop publishing and graphic design, inventory control, software and hardware configuration, event coordination, web conferencing tools, personal computer (PC) based design and peripherals, to include CD/DVD duplicating equipment, color lasers printers, color plotters, scanners, digital and video cameras, laminators, Web page design, video/audio editing, mechanical layout, typography, quality control and display/exhibit art production. In addition to the required knowledge/proficiency stated above, at a minimum, the contract must have five years experience performing work related to: •· 1) Word processing, and related support for course development, delivery, and publication management for both traditional classroom training and web-based distance learning. •· 2) Logistical and administrative support for a wide variety of traditional classroom training and web-based training activities, including simulation training and modeling. •· 3) Administrative/clerical support for the coordination of conferences, meetings, special group activities, and the recording, transcription, writing, and editing of the proceedings for face-to-face, telephone, and web-based meeting formats. •· 4) Establishment and maintenance of computerized data entry systems to track course delivery records and other training-related materials including audiovisuals, slide tapes, videotapes, maps, films, CDs, DVDs, and other classroom support and program requirements. •· 5) Publication management and technical support for printing services; maintenance of printing masters; and, desktop/graphic design and publishing services. The resulting contract will contain a Base period followed by option periods, not exceeding 5 years total in length. The effective date of this contract will be September 1, 2011. Award of a firm-fixed price contract is contemplated. It is anticipated that the Request for Proposal (RFP) will be available on or about May 2, 2011, and will only be provided electronically through the FedBizOpps web page as discussed below. Interested parties may obtain a copy of the RFP by accessing the following web page: http://www.fbo.gov Questions regarding the RFP must be submitted in writing and will not be responded to until the date(s) set forth in the RFP package or any subsequent amendments. Proposals will be due 30 days after the release date of the RFP. THIS ACQUISITION IS BEING OFFERED AS A 100% SMALL BUSINESS SET-ASIDE. Only small business concerns will be considered for award. All responsible small business sources may submit a proposal, which shall be considered. To be considered, a vendor must be classified the small business under the North American Industry Classification System (NAICS) code 611710, Educational Support Services, with a size standard of $7.0 million average annual sales or receipts for the preceding three (3) years. Potential offerors who download copies of the RFP may register at FBO to automatically receive email notification concerning issued amendments to the applicable RFP. Registration is optional. If you register for the RFP, you will receive a courtesy email from FBO notifying you of all amendments for the RFP that will be posted to the website. Registration for the RFP, however, does not release offerors from the responsibility of checking the RFP daily for amendments.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/FEMA/NETC/HSFEEM-11-R-0032/listing.html)
 
Place of Performance
Address: National Emergency Training Center (NETC); 16825 South Seton Avenue, Emmitsburg, Maryland, 21727, United States
Zip Code: 21727
 
Record
SN02426091-W 20110417/110415234700-4579937c88729d300830b3444e7b2510 (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.