Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 24, 2014 FBO #4625
MODIFICATION

R -- Training ANG Instructors in the Integration of Advanced Methods of Teaching and Learning with Collaborative Communication Techniques

Notice Date
7/22/2014
 
Notice Type
Modification/Amendment
 
NAICS
611430 — Professional and Management Development Training
 
Contracting Office
USPFO for Tennessee, P.O. Box 40748, Nashville, TN 37204-0748
 
ZIP Code
37204-0748
 
Solicitation Number
W912L714Q0552
 
Response Due
8/8/2014
 
Archive Date
9/20/2014
 
Point of Contact
Lisa Snead, 615-313-0879
 
E-Mail Address
USPFO for Tennessee
(lisa.l.snead.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
2 JULY 2014 (Original) 17 July 2014 (Revised) COMBINED SYNOPSIS/SOLICITATION Professional Development (i) This is a combined synopsis/solicitation for a commercial service prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. (ii) This solicitation is issued as a request for quote (RFQ). Submit written quotes (oral quotes will not be accepted) on RFQ reference number W912L7-14-Q-0552. (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-73. (iv) This procurement is being solicited is being posted as Open Market. The North American Industry Classification System (NAICS) code is 611430 quote mark Professional and Management Development Training quote mark. (v) CLIN 0001: Cohort 1/ Block 1 Instruction - 897hrs CLIN 0002: Cohort 1/Block 2 Instruction - 897hrs CLIN 0003: Cohort 2/ Block 1 Instruction - 345hrs CLIN 0004: Cohort 2/Block 2 Instruction - 345hrs CLIN 0005: Train the Trainer Instruction - 350hrs The first program is to be delivered directly to ANG Instructors at the I.G. Brown Training and Education Center in Knoxville, Tennessee. This training will consist of a set of advanced courses (total hours = 70) that 1) provides understanding of, and practice with, established and tested collaboration communication techniques, and 2) integrates these techniques with advanced methods of teaching and learning in the classroom. Training in collaborative communication will focus on the instructor facilitation of classroom dialogue through techniques such as climate building, listening, questioning, thinking, and focusing. Participant instructors will be shown through examples, modeling, practice, individual observation, and small group coaching, how these techniques serve as a basis of enhanced, active-engaged, teaching and learning. The goal here is to help ANG instructors adopt strategies that move beyond the traditional, teacher-centered method (i.e., presentation) of teaching to learner-centered methods (e.g., peer-to-peer teaching, small group learning activities, deep questioning and discussion, group problem solving, experiential learning) as they are integrated with collaborative communication techniques. Under this contract, two cohorts will be trained. The first cohort of 35 instructors has already had 23 hours of training and coaching in collaborative communication techniques. It is envisioned that this cohort will require 47 additional hours focused on integration of these techniques with advanced teaching and learning methods. The second cohort consisting of 10 to 15 participants will require the full 70 hours of contact time. The second program of training consists of a train-the-trainer certification program that will provide advanced instruction and practice in facilitation of collaborative communication techniques integrated with advanced teaching and learning methods. Upon completion of this certification, instructors will be qualified to provide subsequent course training to new ANG instructors as described above. Up to six participants will be selected for this specialized training. The participants will have to complete the full sequences of courses (70 hours) as described above, plus an additional 50 hours of certification training to include direct instruction and practicum experience. Please refer to the performance work statement (PWS). (See attachment 1) Vendors who respond to this solicitation shall submit a price per CLIN (listed above) and a total delivered price for all training. Vendors shall submit sufficient descriptive literature to determine whether or not their proposed training meet the characteristics described above; vendors who fail to submit proper descriptive literature may be deemed technically unacceptable without further discussion. Evaluation will be based on lowest price, technically acceptable. (vi) Service contract will be for 1 year with 1 option year. Destination: I.G. Brown Training and Education Center 400 Post Avenue Knoxville, TN 37777 (vii) The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition. Offers must be able to meet the specifications outlined in the Statement of Work (SOW). (viii) The provision at FAR 52.212-2, Evaluation-Commercial Items, applies to this acquisition. Quote will be evaluated on price and ability to meet the statement of work. (ix) The provisions at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items applies to this acquisition. * All firms or individuals submitting a quote shall include a completed copy of this provision, or include a completed copy of the annual representations and certifications at the System for Award Management (SAM) website. SAM must be current at time of award. IF YOUR SAM IS NOT CURRENT AT TIME OF AWARD AND/OR YOU DO NOT SUBMIT A COMPLETED COPY OF THIS PROVISION, YOUR QUOTE WILL BE CONSIDERED NON-RESPONSIVE. (x) The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. (xi) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation), applies to this acquisition. (xii) The following additional contract requirement(s) or terms and conditions apply to this acquisition and are consistent with customary commercial practices based on purchases of this value and customer research: THE FOLLOWING CLAUSES AND PROVISIONS ARE INCLUDED BY REFERENCE: 52.2044-2 Security Requirements 52.204-7 System for Award Management 52.204-9 Personal Identity Verification of Contractor Personnel 52.204-10 Reporting Executive Compensation and First Tier Subcontract Awards 52.204-13 System for Award Management Maintenance 52.217-8 Option to Extend Services 52.217-9 Option to Extend the Term of the Contract 52.222-3 Convict Labor 52.222-19 Child Labor-Cooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-36 Affirmative Action for Workers with Disabilities 52.222-41 Service Contract Act Labor Standards 52.222-42 Statement of Equivalent Rates for Federal Hires 52.222-43 Fair Labor Standards Act and Service Contract Labor Standards - Price Adjustment (Multiple Year and Option Year Contracts) 52.222-50 Combating Trafficking in Persons 52.222-54 Employment Eligibility Verification (E-Verify) 52.223-5 Pollution Prevention and Right-to-Know Information 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving. 52.225-13 Restrictions on Certain Foreign Purchases 52.225-25 Prohibition on Engaging in Sanctioned Activities Relating to Iran-Certification 52.232-19 Availability of Funds for the Next Fiscal Year 52.232-33 Payment by Electronic Funds Transfer-System for Award Management 52.233-1 Disputes 52.233-3 Protest After Award 52.233-4 Applicable Law for Breach of Contract Claim 52.237-2 Protection of Government Buildings, Equipment, and Vegetation 52.237-3 Continuity of Services 52.246-4 Inspection of Services-Fixed Price 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.203-7002 Requirement to Inform Employees of Whistleblower Rights 252.204-7003 Control of Government Personnel Work Product 252.225-7001 Buy American Act and Balance of Payments Program 252.232-7003 Electronic Submission of Payment Requests 252.232-7006 Wide Area Workflow Payment Instructions 252.232-7010 Levies on Contract Payments 252.247-7006 Removal of Contractor's Employees 252.247-7007 Liability and Insurance 252.247-7023 Transportation of Supplies by Sea, Alt III 5352.223-9001 Health and Safety on Government Installations THE FOLLOWING CLAUSES AND PROVISIONS ARE INCLUDED BY FULL TEXT: 52.222-22, Previous Contracts and Compliance Reports. The offeror represents that -- (a) It * has, * has not participated in a previous contract or subcontract subject to the Equal Opportunity clause of this solicitation; (b) It * has, * has not filed all required compliance reports; and (c) Representations indicating submission of required compliance reports, signed by proposed subcontractors, will be obtained before subcontract awards. (End of Provision) 52.252-1, Solicitation Provisions Incorporated by Reference. As prescribed in 52.107(a), insert the following provision: Solicitation Provisions Incorporated by Reference (Feb 1998)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 Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://farsite.hill.af.mil http://www.acq.osd.mil/dpap/dars/dfars/index.htm (End of Provision) 52.252-2, Clauses Incorporated by Reference This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil http://www.acq.osd.mil/dpap/dars/dfars/index.htm (End of clause) 52.252-6, Authorized Deviations in Clauses (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of quote mark (DEVIATION) quote mark after the date of the clause. (b) The use in this solicitation or contract of any Defense Federal Acquisition Regulation Supplement (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of quote mark (DEVIATION) quote mark after the name of the regulation. 5352.201-9101, Ombudsman (Nov 2012) (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the interested party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (xiii) DPAS Rating does not apply to this acquisition. Offers will be evaluated using the Lowest Priced Technically Acceptable criteria outlined in FAR 15 and FAR 13. The award will be made to the vendor whose proposal is most advantageous to the Government (xiv) Any additional questions must be submitted in writing no later than 4:00 pm CST, Tuesday, 22 July 2014. Questions must be emailed to lisa.l.snead.civ@mail.mil to the attention of Lisa Snead. Questions in regard to the PWS will not be answered via telephone conversation. See questions and answers posted with this revision prior to question submission. (xv) Quote is required to be received NO LATER THAN 3:30 PM CST, FRIDAY, 8 August 2014. Quotes must be emailed to lisa.l.snead.civ@mail.mil to the attention of Lisa Snead. (xvi) Direct your questions to Lisa Snead at (615) 313-0879 or e-mail address lisa.l.snead.civ@mail.mil. No additional questions permitted after 22 July 2014.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA40/W912L714Q0552/listing.html)
 
Place of Performance
Address: I.G. Brown Training and Education Center 400 Post Avenue Knoxville TN
Zip Code: 37777
 
Record
SN03434111-W 20140724/140722235826-b0b58b9806c0513ce079a3c3c8205c6b (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.