Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 29, 2005 FBO #1494
SOLICITATION NOTICE

R -- Management Support Services

Notice Date
12/27/2005
 
Notice Type
Solicitation Notice
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
Department of Justice, Bureau of Alcohol, Tobacco and Firearms (ATF), Acquisition and Property Management Division, 650 Massachusetts Avenue, N.W., Room 3290, Washington, DC, 20226
 
ZIP Code
20226
 
Solicitation Number
640200000305RQ
 
Response Due
1/6/2006
 
Archive Date
1/21/2006
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation with additional information included in this notice. The Bureau of Alcohol, Tobacco, Firearms, and Explosives (ATF) requires a consultant to assist in administering its Assessment Center Program. The Bureau enforces federal laws and regulations relating to alcohol, tobacco, firearms, explosives and arson. In November 1990, a lawsuit was filed in United States District Court on behalf of all ATF African-American special agents. The parties reached a settlement agreement approved by the court. Among the requirements of the agreement was that ATF would implement a promotion assessment system based on job analysis, and OPM/EEOC guidelines. ATF implemented a promotion plan that includes Promotion Assessment Centers (ACs). Bureau managers and senior supervisors (known as subject matter experts or SMEs) design the AC exercises. Attendees receive profiles rating their performance in each competency. ATF holds one AC a year, rewriting all of the exercises for each AC. ATF needs to hire a contractor with expertise in the field of industrial/organization development to assist ATF in the design and administration of the ACs, securing SMEs within ATF to work on exercise design, overseeing exercise design workshops and giving final approval to all AC exercises, obtaining assessors from other directorates in ATF, reviewing and approving all assessor training material, approving all AC administrative material that goes to AC participants, reviewing and approving all AC schedules and serving as the on-site administration at all ACs. Timely provision of these services will provide ATF with the support required so that the Bureau can continue to deliver a valid promotion system that meets all governing regulations, industry standards and is in full compliance with the court-approved settlement agreement. The contactor will serve as the subject matter expert/consultant on the Bureau?s AC Program, and shall provide recommendations for the administration of the Program, in consultation with ATF?s AC Program Director. The performance period shall be 12 months from the date of award of the contract plus four one-year options. The contractor will perform all tasks needed to perform the deliverables outlined below, including but not limited to the following: 1) Providing recommendations to the ATF AC Director for the administration of the AC Program, such as recommendations for modifying the promotion process and developing policy documentation and guidance; 2) Planning, administering and evaluating workshops held to develop AC exercises; 3) Providing recommendations on AC exercise content; 4) Reviewing assessor training material; 5) Reviewing administrative material that goes to AC participants; 6) Reviewing AC schedules; 7) Recommending location of appropriate facilities to conduct an AC; and 8) Providing on-site administration at ACs. ATF?s AC Director will monitor the contractor?s performance and will be responsible for reviewing and accepting all deliverables. The contractor will perform all tasks necessary to ensure that the following activities are completed in a timely fashion: 1) Finalizing AC scores, including if necessary, coordinating meetings to determine critical competencies and to review AC statistics. This work will be completed in month 1; 2) Overseeing the issuance of AC scores and conducting the AC pilot test (for current calendar year?s AC). This work will be completed in month 2; 3) Overseeing Exercise Development Workshop # 1 (for the following calendar year?s AC). This work will be completed in month 3; 4) Ensuring the opening of the AC Vacancy Announcement and reviewing the results of the AC pilot test. This work will be completed in month 4; 5) Overseeing Exercise Development Workshop # 2. This work will be completed in month 5; 6) Conducting the AC location visit. This work will be completed in month 6; 7) Reviewing all material for current calendar year?s AC, including candidate orientation material and final AC exercises. This work will be completed in month 7; 8) Overseeing Exercise Development Workshop # 3. This work will be completed in month 8; 9) Overseeing Assessor Training. This work will be completed in month 9; 10) Providing on-site administration of the Assessment Center. This work will be completed in month 10; 11) Overseeing Exercise Development Workshop # 4. This work will be completed in month 11; and 12) Performing AC records maintenance. This work will be completed in month 12. The AC Director will establish due dates for each of the above activities. While the contractor will be required to perform all of the task/deliverables outlined above, the AC Director may adjust the time frame for each deliverable. The AC Director will provide the contractor at least 30 days notice of any change in the schedule or deliverable due dates. The AC Director or his/her designee must approve all travel required for any of the above described tasks or deliverables in advance. The contractor will be required to travel to Washington D. C. and Alexandria, VA to complete many of the deliverables outlined below. It is anticipated that a minimum of 10 trips, approximately one-week each, will be required. In addition, the contractor will be required to make at least one trip each year, approximately one-week in length, to secure an appropriate location/facility in which to conduct the AC, and then travel for up to two weeks in connection with the administration of the AC. Additional travel may be required to meet the needs of the Government, as determined by the AC Director. All travel requires advanced approval by the AC Director or his/her designee. Travel costs will be reimbursed on a per diem basis, in accordance with the Federal Travel Regulations, with receipts to be provided by the contractor as required by the Federal Travel Regulations. The contractor will work in Government-provided space when determined to be necessary by the AC Director. Work may also on occasion take place off-site at the offices of Human Resources Research Organization, other remote locations, or at the contractor?s location. The agency will provide the contractor with all needed computer equipment, including a government provided laptop, as well as any necessary software for remote access, in order to allow the contractor access to the ATF Intranet, e-mail and other required network systems. Monthly invoices for fixed fee for service must be submitted to the Financial Management Division (FMD), with a copy to the AC Director. Invoices for authorized travel expenses with receipts as required by the Federal Travel Regulations and this contract shall be submitted upon completion of each trip to FMD, with a copy to the AC Director. Because of the sensitive and significant nature of the project, the contractor must adhere to the following: 1) Physical and operations security procedures, articulated in ATF O 1720.5, Headquarters Security Program, dated September 28, 1995. A copy will be provided upon request; 2) ATF O 7500.2, Automated Information System Security Program, dated July 15, 1997. A copy will be provided upon request. 3) The Privacy Act and implementing regulations dealing with the handling of sensitive personnel and testing information; 4) the terms of the ATF Non-Disclosure Agreement; 5) Returning ATF supplied materials and files created by the contractor during the contract at the conclusion of the contract period; and 6) Completion of background investigation forms. The contractor must, at a minimum, possess the following qualifications: 1) A working knowledge of Federal personnel laws, regulations and policies; 2) Extensive experience in the field of Federal law enforcement; 3) A working knowledge of ATF mission, policies and programs; 4) Experience in the design, development, implementation of assessment centers; and 5) Experience in a position at least equivalent to the highest level position filled under the AC promotion process (e.g. an Assistant Special Agent in Charge). The expert shall sign a non-disclosure agreement. The Contracting Officer?s Technical Representative will be responsible for monitoring and assessing contractor performance and deliverables, receiving and accepting the deliverables, and keeping the contracting officer informed of any issues that may affect performance under the contract. Pricing shall be submitted on a firm-fixed price basis for support services at a fixed monthly rate plus travel. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number for this requirement is 640200000305RQ. The following provisions and clauses are incorporated into this RFQ by reference and no addenda apply: FAR 52.212-1, Instructions to Offerors-Commercial Items; FAR 212-4, Contract Terms and Conditions-Commercial Items; FAR 212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. Each offeror shall include a completed copy of FAR 52.212-3, Offeror Representations and Certifications-Commercial Items with their proposal. The above clauses may be found at: http://www.arnet.gov/far/current/html/52_212_213.html. No additional FAR clauses apply. This requirement is a set-aside for small businesses. The NAICS code is 541990 with a size standard of $6,000,000. Offerors will be rated on the qualifications above. Award will be made on a best value basis and a firm-fixed price contract will be issued for this requirement. Proposals are being requested and a written solicitation will not be issued. All potential offerors must be registered in the Central Contractor Registration database (www.ccr.gov) prior to award. This solicitation closes at 5:00PM EDT Friday, January 6, 2006. The point of contact for this requirement is Amanda Boshears, Contracting Officer, 202-927-8027 or amanda.boshears@atf.gov.
 
Place of Performance
Address: Washington, DC
Zip Code: 20226
Country: USA
 
Record
SN00958615-W 20051229/051227211627 (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.