Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 17, 2011 FBO #3645
SOLICITATION NOTICE

A -- Curriculum Development and Training Services

Notice Date
11/15/2011
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
BIA-Central Office Acquisitions - Reston 2051 Mercator Drive Reston VA 20191
 
ZIP Code
20191
 
Solicitation Number
A12PS00127
 
Response Due
11/30/2011
 
Archive Date
11/14/2012
 
Point of Contact
Quiana Galloway Contract Specialist 7033096521 quiana.galloway@bia.gov;
 
E-Mail Address
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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 for this procurement is A11PS0127 and this is a Request for Proposal (RFP). This requirement is a 100% set-aside for Small Business. The anticipated award will be a Firm Fixed Price Contract; the award will be made based on the best offer that is most advantageous to the government. The solicitation shall incorporate provisions and clauses that are in effect through Federal Acquisition Circular FAC 2005-50. The suggested North American Industry Classification System (NAICS) code is 611430 BACKGROUND: The Office of Self Governance (OSG) within the Office of the Assistant Secretary - Indian Affairs (AS-IA) of the Department of the Interior (the Department, DOI) implements the Tribal Self Governance Act of 1994, including development and implementation of regulations, policies, and guidance in support of self-governance initiatives. The Office works with tribal governments to protect and support tribal sovereignty within a Government-to-Government partnership and to advocate for the transfer of Federal programmatic authorities and resources to tribal governments in accordance with tribal self-governance statutes and policies. Self-governance tribes represent nearly 40 percent of all federally recognized tribes nationwide. The Office provides financial management, budgeting, accounting and contracting services for an estimated $400 million in funds annually that are allocated or awarded to self-governance tribes, including reprogramming within Operation of Indian Programs (OIP) and transfers from other Federal programs. This includes funds from the Department of Transportation and additional manpower training funds under the Integration of Employment, Training, and Related Services Demonstration Act (Public Law 102-477). REQUIREMENTS: The objective of this requirement is to provide curriculum development and training services about OSG to meet the needs of (1) new and existing tribes, (2) the Central Office Directors and Regional Directors and (3) the Senior Political staff. Interested contractors shall: (A) offer a dynamic learning experience (training) to three audience types (student participants) on a variety of self governance related issues, programs, and processes, (B) develop a training manual and provide student participants with learning manuals, course workbooks, and interactive presentations, and (C) provide guidance and support to train to the trainers that includes basic presentation skills and provides portable materials that can easily be transferred to different trainers and be utilized for many years. OVERVIEW:Curriculum training materials available for review have not been professionally developed using instructional design. Tribal and federal presentations will need to be harmonized in the materials presented. Once the curriculum is developed OSG requires that the curriculum be piloted with trained OSG and tribal trainers. A session on professional presentation skills will be offered by the curriculum development company. Additionally, due to the pending proposed Title IV legislation, OSG requires an option to update training materials to include an insert of any new Title IV language and requirements affecting the self-governance program, OSG, Tribes and the BIA. QUALIFICATIONS:The contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform: facilitation and Classroom Training and Curriculum Development as defined in this Performance Work Statement except for those items specified as government furnished property and services. Once the curriculum is developed OSG requires that the curriculum be piloted with trained trainers, and advanced presentation skills be offered by the curriculum development company. Additionally, due to the pending Title IV legislation, OSG requires an option to update training material to include an insert of any new Title IV language affecting the self-governance program. Curriculum Training Company should also be a member of the International Society for Performance Improvement and the person assigned to this contract to do curriculum work must have a Masters Degree in Instructional Design. Training on OSG related issues, programs and processes has been requested by these target audiences to gain a better understanding of the issues, programs, processes of the OSG office, and Self-Governance legislation and regulations. TASKS:The following tasks are not listed in order of priority. The priority is determined by the Director, Office of Self Governance. (1) The contractor shall conduct an assessment of the current OSG, Tribal and federal partner's presentation and training materials, including evaluation tools. Then restructure to generate customized curricula. (2) The contractor shall develop instruction materials, trainers manual, student course books, and interactive instructional visual aids, learning activities, and fun exams and exercises. (3) The contractor shall provide one training sessions to train the federal and tribal trainers/facilitators, on how to facilitate and present the customized curriculum to the target audiences. (4) The Contractor shall provide the OSG Director with two preparatory training sessions. (5) The curriculum will consist of two-day training for new tribes (and existing tribes), 4-hour training for Central Office and Regional Directors, and three-hour training for Senior Political Staff. (6) The contractor shall provide two consultation sessions with Tribal and federal partners. (7) Both federal and Tribal trainers shall receive training in advanced presentation skills. (8) Once the curriculum is developed and the trainers trained, the curriculum should be piloted with trained trainers, and their presentations reviewed and critiqued by the curriculum development company. Contractors will facilitate presentations with trained trainers. (9) Training material shall be updated with an insert of any new Title IV language affecting OSG, and the self-governance program should Title IV amendments pass. (10) Contractor proposed staff must be a member of International Society for Performance Improvement, and the work performed by a staff member who has a degree in Instructional Design and at least 3 years of Instructional Design experience. DELIVERABLES:In fulfillment of this effort, the Contractor shall provide the following deliverables. All deliverables shall be submitted to the COTR or the Director of OSG, unless otherwise agreed upon. (a) Assessment of services needed, including interviews with OSG staff, (b) Consultation session with Tribal and federal partners, (c) Training of trainers in basic presentation performance, (d) Fully customized dynamic curriculum, (e) Training the trainer's manualTrainers Manual, (f) Student/Participant Course book, (g) Interactive visual presentation materials, (h)Student participation materials, (i) Evaluation instruments, (j)Facilitate presentations with trained trainers. Unless otherwise specified, the Government will have a maximum of ten (10) working days from the day the draft deliverable is received to review the document, provide comments back to the contractor, approve or disapprove the deliverable(s). The contractor will also have a maximum of ten (10) working days from the day comments are received to incorporate all changes and submit the final deliverable to the Government. STATUS REPORTS:The contractor shall document the efforts performed in the completion of each task for each training session. The status report shall include, at a minimum: (1) Progress for the period: detailed progress report of findings, activities and accomplishments during the reporting period, and summary of work accomplished during the reporting period and percent complete. (2) Activities planned for the next reporting period: planned activities, as well as the status of any/all deliverables, including planned delivery date(s) and actual and/or anticipated delivery date(s). (3) Problems encountered: identification of any problems, issues or delays and recommendations as to their resolution, and any corrective action that was taken to correct identified problems. (4) Strategy revisions: recommended changes to include any lessons learned. PLACE OF PERFORMANCE: The work will be performed principally at the contractor offices and occasionally at government and tribal facilities at the discretion of the OSG. Any work conducted off-site must be conducted in an environment that protects the applicable requirements for document and information security. PERIOD OF PERFORMANCE: The period of performance for this effort is date of award for a base period of 12 months. This effort includes one (1) twelve month option period. Option period shall not exceed one year in duration, unless mutually agreed upon and a formal modification issued. All terms and conditions applicable to the base period shall extend to the options unless otherwise agreed upon. INSTRUCTIONS FOR QUOTE: Interested vendors shall prepare a firm fixed price quote that contains all information necessary to allow for a comprehensive evaluation of the costs proposed. Maximum page limitations are no greater than 10 pages, 12 point font, Microsoft Word or PDF document accepted. EMAIL only. EVALUATION CRITERIA: (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (In order of importance) (1) Past Performance, (2) Contractor must be a member of the International Society for Performance Improvement and the person assigned to this contract must have a Masters Degree in Instructional Design, (3) knowledge of American Indian issues and culture, (4) Price, (5) Native American/Indian Owned Business. The Government may award a contract without discussions with offeror's. Award will be made based on "best value" to the government via the tradeoff process. "Best value" is defined as the offer that results in the most advantageous solution for the Government, in consideration of the evaluation criteria.All evaluation factors other than price, when combined are significantly more important than price. (b) A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. EVALUATION FACTORS: (1) Past Performance-Relevant/similar contracts and past projects. Only past performance data regarding relevant past performance completed within the last three years, or work that is ongoing, is evaluated. (2) Key Personnel-Resumes of all personnel expected to work this effort. (Limit of 2 pages per resume). Organizational chart to include descriptions of the duties and responsibilities of each contractor employee proposed. (3) Acceptable knowledge and familiarity with American Indian issues, including issues associated with Tribal Self Governance Act 1994 and P.L. 102-477. (4) Price-breakdown as required on the solicitation form 1449. Which may use any or all of several bases of comparison including the independent government estimate, current or recent prices for the same or substantially the same services purchased in comparable quantities under similar terms and conditions, comparisons with market prices of commercial services, and the GSA contracts. Award of this contract may be made using best value. (5) Native American/Indian Owned Business-BIA encourages the participation of Native American/American Owned vendors in accordance with FAR 52.226-1; Utilization of Indian Organizations and Indian-Owned Economic Enterprises & DIAPR 1452.226-70/71; Indian Preference and Indian Preference Program. BIA 1452.280-3; Subcontracting limitations, A contractor shall not subcontract to other than Indian Firms more than 50 percent of the work under a prime contract award pursuant to the Buy Indian Act. QUOTE SUBMISSION: Questions must be submitted no later than November 28, 2011 at 1PM ET. Submit via email only to: Contract Specialist, Quiana.Galloway@bia.gov. Quotes must be received no later than November 30, 2011 at 1PM ET. Submit via email only to: Contract Specialist, Quiana.Galloway@bia.gov. Phone calls will not be accepted. CLAUSES: This solicitation incorporates one or more solicitation provisions by reference with the same force and effect as if they were given in full text. Upon request, the CO will make their full text available. The provisions at FAR 52.212-1 Instructions to Offerors-Commercial Items (June 2008); 52.212-2 Evaluation-Commercial Items (Jan 1999); and FAR 52.212-3 Offeror Representations of Certifications (Aug 2009) apply to this acquisition. Quoters must include a complete copy of the provision FAR 52.212-3, Offeror Representations and Certification/Commercial Items with their quote. If the Quoter does not have a copy of this provision, you may obtain a copy at www.arnet.gov or contact the CO to receive a copy. Provision FAR 52.252-1 Solicitation Provisions Incorporated by Reference...Clauses Incorporated by Reference, FAR 52.212-4 Contract Terms and Conditions-Commercial Items (June 2010), FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (April 2011), FAR 52.222-3 Convict Labor (June 2003); FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Aug 2009); FAR 52.222-21 Prohibition of Segregated Facilities (Feb 1999); FAR 52.222-26 Equal Opportunity (Mar 2007); FAR 52.222-36 Affirmative Action for Workers with Disabilities (Jun 1998); FAR 52.225-13 Restrictions on Certain Foreign Purchases (June 2008); FAR 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration (Oct 2003). FAR 52.217-8 Option to Extend Services (Nov 1999). Department of the Interior Acquisition Regulation (DIAR): 1452.204-70 Release of Claims (Jul 1996); 1452.226-70 Indian Preference (Apr 1984), 1452.226-70 Indian Preference Program (Apr 1984).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BIA/RestonVA/A12PS00127/listing.html)
 
Place of Performance
Address: Washington DC
Zip Code: 20240
 
Record
SN02623761-W 20111117/111115234630-aeed65ccfb720859a051950abcf6fd3c (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.