Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 28, 2016 FBO #5361
MODIFICATION

U -- Career Transition Seminars

Notice Date
7/26/2016
 
Notice Type
Modification/Amendment
 
NAICS
611430 — Professional and Management Development Training
 
Contracting Office
N00244 NAVSUP Fleet Logistics Center San Diego Regional Contracts Department (Code 200) 3985 Cummings Road Bldg 116 - 3rd Floor San Diego, CA
 
ZIP Code
00000
 
Solicitation Number
N0024416T0178
 
Response Due
7/28/2016
 
Archive Date
8/11/2016
 
Point of Contact
Jeff Schroeder 619-556-7952
 
E-Mail Address
jeffrey.schroeder@navy.mil
(jeffrey.schroeder@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The purpose of Amendment 0001 is to: 1. Answer questions received by the Government (Attachment #1) 2. Revise the Facility location information. 3. Revise Key Personnel qualifications in paragraphs 5.11-.1 and 5.1.3. ALL OTHER TERMS AND CONDITIONS REMAIN UNCHANGED This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in FAR 12.6 and FAR 13 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. The solicitation number is N00244-16-T-0178 and is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-89 effective 14 Jul 2016. Solicitation is 100% Small Business Set-Aside and the associated NAICS code is 611430 and small business size standard is $11.0 M. Requirement as follows: CLIN 0001 QTY 3 EA Career Transition Seminars in support of Commander, Naval Surface Forces, U.S. Pacific Fleet (CNSP). PERFORMANCE WORK STATEMENT CAREER MANAGEMENT AND TRANSITION SEMINARS 1.0OBJECTIVE Commander, Naval Surface Forces, U.S. Pacific Fleet (CNSP) requires contractor support in the area of military to private sector career transition training for its senior military service personnel transitioning from a military career to a civilian career. This support shall involve a seminar program designed to take an individual through every aspect of career transition with emphasis on re-employment. 2.0 BACKGROUND CNSP aims to increase the post-military employability of its current senior military personnel by providing quality of life enhancing career transition training. CNSP requires a robust training curriculum, administered by retired senior military personnel with substantial experience in the civilian sector, specifically tailored to increase the senior-level employment opportunities of active-duty personnel (O-4 and above, and E-8 and above) within three years of retirement. The requested training will be in addition to the mandatory completion of DoD transition training requirements, expanding on senior-level military to civilian sector employability. Attendees will execute the course while active duty, but may utilize course content and resources at any time after initial course completion to maintain proficiency. 3.0 DELIVERABLES In support of CNSP, the contractor shall provide the following services, broken down into the tasks described herein: 3.1 TASK 1: DEVELOP COURSE AND COURSE RELATED MATERIALS The contractor shall develop the course, pre-course preparatory homework and course related materials such as a comprehensive student guide. The student guide shall provide the military service member with sufficient skills to enable them for success in a career search and future employment in the civilian sector. The course and guide shall address the topics listed in paragraph 3.1.1. 3.1.1 COURSE CONTENT The course content shall address the following specific topics: 3.1.1.1 Evaluating and deciding on a new career or field 3.1.1.2 Determining a realistic objective 3.1.1.3 Understanding personal preferences 3.1.1.4 Spouse/family concerns during transition 3.1.1.5 Building a winning resume 3.1.1.6 Developing and cultivating contacts 3.1.1.7 Networking inside and outside of the service 3.1.1.8 Effectively marketing oneself 3.1.1.9 Coping with the stress of retirement and transition 3.1.1.10 Effective communication 3.1.1.11 Information and job interview techniques 3.1.1.12 Research and preparation 3.1.1.13 Compensation and salary negotiation skills 3.1.1.14 Business world reality 3.1.1.15 Retirement reality 3.1.1.16 Using social media tactics 3.1.1.17 Financial reality 3.1.1.18 Organization - managing the transition process 3.2 TASK 2: CAREER TRANSITION SEMINAR 3.2.1 Each seminar shall be three days (eight hours of instruction/day) of intensive participant-oriented discussions focused on conducting job searches, negotiating salaries, assessing employment compensation, and two days (eight hours of instruction/day) of one-on-one job interview practice and resume screening. 3.2.2 Each seminar shall be presented to 14 service members. 3.2.3 Each member shall receive a student guide. 3.2.4 Students will be allowed to make-up a single missed day of coursework without traveling out of town if recalled due to immediate/emergency requirements resulting from the student s line of duty. In the event the student misses more than one day they shall be dis-enrolled from the current seminar. 3.2.5 Students will be allowed to attend a review seminar after successfully completing the course at any time and location at no additional cost to the student or government. Requirement ensures sustained proficiency by student to enable effective civilian reemployment following retirement. 3.3 Task 3: SEMINAR SET-UP 3.3.1 Scheduling, set up and arrangement of each training facility. 3.3.2 Making reservations and paying for the conference rooms at a place of their choosing located on a military facility within a reasonable distance from the parent command. 3.3.3 Providing and laying out all participant materials. 3.3.4 Providing all necessary equipment. 3.3.5 Preparing all equipment and instructor aids and to ensure that instructors are available on each day of training. 3.3.6 All travel and lodging arrangements/expenses for any presenters. 4.0 SEMINAR DATES AND LOCATION The seminar will be facilitated during the following months in FY16: Military Personnel Schedule Dates -August Course (22 Aug); 14 participants/course; O-4+ and E-8+. -September Courses (12 Sep and 19 Sep); 14 participants/course; O-4+ and E-8+. Facility Location -Contractor arranged to occur at a facility no more than 25 miles from Naval Amphibious Base, Coronado, CA. -Must accommodate 14 people. -To occur in a suitable learning environment (classroom, conference room, lecture hall). 5.0 PERSONNEL 5.1 Key Personnel Category: Career Transition Instructor CTI) 5.1.1 Minimum Education Requirements: Master s Degree for E-7 and above, Bachelor s Degree for O-5 and above, No specific discipline. The Government will evaluate resumes to ensure that the minimum education requirements are met. In addition, as described in detail in FAR 52.212-2 of the solicitation, the Government will evaluate resumes based on the ability of the proposed individual s resume to meet the minimum education requirement. 5.1.2 Experience Description: The following is a detailed description of the labor category experience that in the judgment of the Navy is required to successfully perform this effort. As described in detail in FAR 52.212-2 of the solicitation, the Government will evaluate resumes based on the ability of the proposed individual s resume to meet the minimum education and experience requirement. The Performance Work Statement requires a broad teaching background, knowledge, skills and experience in Career Transition Seminars. 5.1.3 Obtained the military rank of O-5 or above/ E-7 or above (required for purposes of relatability to the training audience and understanding of the senior-level military to civilian transition process). 5.1.4 Minimum 5 years of experience teaching subjects related to career transitions. To include but not limited to: negotiating/searching and applying for a job, to include both traditional and non-traditional and utilization of social media. TERMS AND CONDITIONS: 1)Quotes: All or Nothing 2)Period of Performance: 22 August, 12 September, and 19 September 3)Place of Performance: Within 25 miles from Naval Amphibious Base, Coronado, CA 4)Payment: Government Commercial Purchase Card 5)Contract Award: It is intended to award a single Firm Fixed Price Contract to offeror that is evaluated lowest price technically acceptable offer. The following FAR provisions and clauses are applicable to this procurement: 52.204-7 System for Award Management 52.204-9 Personal Identification of Contractor Personnel 52.212-1 Instructions to Offerors - Commercial Items; 52.212-3 and its ALT I, Offeror Representations and Certifications - Commercial Items; 52.212-4 Contract Terms and Conditions - Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items [Applicable clauses: 52.204-10; 52.209-6; 52.209-10; 52.219-28; 52.222-3; 52.222-19; 52.222-21; 52.222-26; 52.222-36; 52.223-18; 52.225-13; 52.232-36; 52.232-18 Availability of Funds 52.237-2 -- Protection of Government Buildings, Equipment, and Vegetation 52.247-34 F.o.b. Destination Applicable DFARS clauses and provisions: 252.2212-7001 Contract Terms and Conditions for Defense Acquisition of Commercial Items (Jan 2012) 252.203-7000 Requirements Relating To Compensation of Former DoD Officials 252.203-7005 Representation Relating To Compensation of Former DoD Officials 252.203-7996 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (Deviation) 252.203-7997 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (Deviation) 252.204-7003 Control of Government Personnel Work Product (APR 1992) 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting. 252.232-7010 Levies On Contract Payments 52.212-2 -- Evaluation -- Commercial Items (Oct 2014) (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: (i) Technical capability; (ii) Past performance; and (iii) Price Offerors proposals will be evaluated first under Factor (i) above, which represents MINIMUM acceptable criteria. Under this factor, services offered will be determined to be either technically acceptable or unacceptable. A will comply statement without accompanying technical specifications and/or drawings of product being offered is automatic failure under this factor. Failure to meet the minimum criteria will render the offer to be technically unacceptable and may be removed from further competition. See paragraph (b) below. Only those Offers that are rated acceptable in Factor (i) will be further evaluated under Factors (ii), and (iii). Contract will be awarded to the offeror who is found acceptable in Factors (i) and (ii) and is the lowest price offer. At the discretion of the Contracting Officer, the Government intends to evaluate quotes and award a contract without discussions with offerors. Each initial offer should, therefore contain the Offerors best terms from both a price and technical standpoint. (b) Technical capability of the services offered to meet the government requirement. This factor has two sub-factors as follows: 1)Technical Approach: (2 page limit) The Offeror shall provide a narrative explanation of its understanding of, the methodology and ability to perform all tasks listed in the paragraph (3.1, 3.2, 3.3) of the PWS. The technical approach should demonstrate that the Offeror can accomplish the specified work in a technically competent, timely manner with a minimum of risk to the Government. The narrative should provide a complete analysis of the performance requirements and explain the processes, best practices and other methods the Offeror will use to meet each requirement stated in the PWS. The technical approach is not to be a restatement of the information contained in the PWS. Offeror shall include: - Sample student guide (not included into the 2 page count); - Sample student pre-course assessment (not included into the 2 page count); 2)Resumes: Key Personnel: Career Transition Instructor (CTI) Offeror shall include 1 resume for key personnel labor category CTI. If offeror is proposing part-time key personnel CTI, then offeror shall provide resumes for all part-time personnel required to perform the stated level of effort. The page limit is 3 pages for each individual resume. The contractor shall provide only personnel fully qualified and competent to perform the scope of effort set for the herein. The resumes shall address the knowledge, skills, education, experience and certifications set for the for each labor category that are needed to successfully perform the contract. The list shall further identify which personnel are currently on the Offerors payroll, which are currently on a proposed subcontractors payroll, and which have been offered and have accepted employment contingent on award of this contract. For each person proposed who is not currently on the contractor or subcontractors payroll, the Offeror shall provide a signed Letter of Intent with the individuals resume. Quality of the personnel proposed will be determined by the Navys evaluation of resumes submitted in terms of the merit of the individuals qualifications and any relevant information obtained from review of Government Past Performance reports. This information will be compared to solicitation requirements. Each resume shall provide the following information: --Name; --Present place of employment (if contingent hire, so note); --Proposed labor category; --Experience and educational background; --Unique skills, specific experience, and accomplishments that are directly applicable to the PWS; Both sub-factors must be rated acceptable to receive rating of acceptable in Factor (i). Technical Acceptable/Unacceptable Rating Method Acceptable- Proposal meets the requirements of the solicitation. Unacceptable- Proposal does not meet the requirements of the solicitation. (c) Offerors PAST PERFORMANCE information will be used to make a determination of whether the offeror has a satisfactory record of past performance. Offerors should, therefore, provide performance history and references to demonstrate satisfactory performance for up to three prior similar contracts performed within the past three years. Offers that lack relevant past performance history, will receive a neutral rating under this factor. Offerors shall use Offerors Past Performance Data format attached to this solicitation. The Contracting Officer will evaluate Offerors PAST PERFORMANCE as follows: Past Performance Acceptable/Unacceptable Rating Method: Acceptable- Based on the offeror s performance record, the Government has a reasonable expectation that the offeror will successfully perform the required effort, or the offeror s performance record is unknown. (See note below) Unacceptable- Based on the offeror s performance record, the Government does not have a reasonable expectation that the offeror will be able to successfully perform the required effort. Note: In the case of an offeror without a record of relevant past performance or for whom information on past performance is not available or so sparse that no meaningful past performance rating can be reasonably assigned, the offeror may not be evaluated favorably or unfavorably on past performance (see FAR 15.305(a)(2)(iv)). Therefore, the offeror shall be determined to have unknown (or neutral ) past performance. In the context of acceptability/unacceptability, a neutral rating shall be considered acceptable . (d) 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. (End of Provision) EMCRA CONTRACTOR MANPOWER REPORTING LANGUAGE FOR CONTRACT PERFORMANCE WORK STATEMENTS and Related Background Information The contractor shall report contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract for the [Career Transition Seminars] via a secure data collection site. Contracted services excluded from reporting are based on Product Service Codes (PSCs). The excluded PSCs are: (1) W, Lease/Rental of Equipment; (2) X, Lease/Rental of Facilities; (3) Y, Construction of Structures and Facilities; (4) D, Automatic Data Processing and Telecommunications, IT and Telecom- Telecommunications Transmission (D304) and Internet (D322) ONLY; (5) S, Utilities ONLY; (6) V, Freight and Shipping ONLY. The contractor is required to completely fill in all required data fields using the following web address https://doncmra.nmci.navy.mil. Reporting inputs will be for the labor executed during the period of performance during each Government fiscal year (FY), which runs October 1 through September 30. While inputs may be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year. Contractors may direct questions to the help desk, linked at https://doncmra.nmci.navy.mil. All questions must be submitted by 11:00 am PST on 27 July 2016. Submit offer to Contract Specialist Mr. Jeff Schroeder via email jeffrey.schroeder@navy.mil with entry in subject line RFQ N00244-16-T-0178 CARERR TRANSITION SEMINARS no later than 9:00 am PST 28 July 2016. Offers that are received after this time and date will not be included in the competition.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/200/N0024416T0178/listing.html)
 
Record
SN04195669-W 20160728/160726234418-9ab0ebda75b34cfa30f0194234ba5ceb (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.