DOCUMENT
U -- Administrative Support for Independent Study Program - DRAFT Statement of Work
- Notice Date
- 10/9/2008
- Notice Type
- DRAFT Statement of Work
- 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
- HSFEEM09R0001
- Archive Date
- 11/11/2008
- Point of Contact
- Adams, Cindy,, , Charles K Tama,,
- E-Mail Address
-
cindy.adams@dhs.gov, charles.tama@dhs.gov
- Small Business Set-Aside
- N/A
- Description
- This announcement is posted as a Request for Information (RFI) for an upcoming solicitation that will be posted on FedBizOpps (FBO) for the Department of Homeland Security (DHS), Federal Emergency Management Agency (FEMA) for administrative support services for the Independent Study (IS) Program of the Distance Learning Branch of the Emergency Management Institute (EMI) located at the National Emergency Training Center (NETC) in Emmitsburg, Maryland. An RFI for this same requirement was posted in FBO on April 30, 2008 and referenced solicitation #HSFEEM09R0001; however, due to the heavy workload within the NETC Acquisition Section, no action was taken. Therefore, this RFI is being issued to determine whether or not there are qualified HUBZone Small Business Concerns, Service-Disabled Veteran-Owned Small Business Concerns (SDVOSB) or Small Business Concerns that are interested and capable of meeting the requirements. Attached to this RFI is a DRAFT statement of work (sow). The applicable NAICS code is 611519, Other Technical and Trade Schools, with a small business size standard of $6.5 million [average annual receipts for 3 preceding fiscal years]. The period of performance will be one (1) Base Year, with four (4) one-year option periods. It is anticipated that this contract will be a firm fixed price contract. The primary services to be performed are: provide customer support to web-based training course users; implement and maintain a Standard Operating Procedures (SOP); process mail, electronic and otherwise; provide responses to routine requests regarding general program information, course materials, and student status; application processing for individuals and group enrollments; data entry services; scoring, grading, and recording student data; student records management; process college credit applications and award the credit through the accredited college or university for successful course completions; maintain a system of inventory control for courses; manage a bulk distribution program, where course materials are sent to various organizations; report program activities and statistics on a weekly and monthly basis in writing; provide program completion data to organizations; review new and revised course materials for college credit requirements; maintain program brochures; and develop and deliver presentations on the program. This requirement has never been set aside to small or small disadvantage business concerns due to the fact that the contractor is required to provide college credit for completed IS courses; and history over the past fifteen (15) years has demonstrated that only colleges, universities or large businesses have responded to solicitations issued for this requirement. Prior experience has shown that only colleges, universities or large businesses have been able to commit the necessary resources to provide the required services, and meet the course accreditation requirement for this contract. A small firm would have difficulty retaining a large enough pool of qualified human resources as well as meeting the course accreditation requirement (which requires a teaming arrangement with a college or university), while complying with the Limitations on Subcontracting imposed on small business set asides. In accordance with FAR Part 19, if your firm is a small business, FAR 19.1305, if your firm is HUBZone certified or FAR 19.1405, if your firm is SDVOSB and intends to submit an offer on this acquisition, please respond by email to cindy.adams@dhs.gov All responses must include the following information: (1) Full Company Name, address, phone number, primary contact(s), email address, company approved NAICS codes; (2) A letter of agreement with a Nationally or Regionally accredited college or university indicating a teaming agreement and a copy of the college or university's accreditation certificate or letter; (3) Evidence of experience in work similar in type, size and complexity to this requirement to include contract numbers, project titles, short project descriptions, number of employees under the contract, dollar amounts, and points of contact and current phone numbers. (4) Past Performance references with points of contact and telephone numbers; (5) A positive statement of your intent to submit a proposal as a prime contractor when the solicitation is issued. Contractors are reminded that should this acquisition become a HUBZone set aside or SDVOSB Small Business, FAR 52.219-3, Notice of Total HUBZone Set Aside or 52.219-27, Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside, will apply, which requires that at least 50 percent of the cost of personnel for contract performance be spent for employees of the concern or employees of other HUBZone or SDVOSB small business concerns. Your response must be submitted by 4:00 p.m. on October 27, 2008. All of the above must be submitted in sufficient detail for a decision to be made on a HUBZone, SDVOSB or Small Business set-aside or whether to issue a solicitation as Full and Open. Failure to submit all information requested may result in a decision to issue the solicitation as full and open competition. This RFI is for market research and planning purposes only and is not to be construed as a commitment by the Government. No reimbursement will be made for any costs associated with providing information in response to this RFI. Respondents will not be notified of the results of the reviews. All information submitted in response to this RFI must be received on or before the closing date.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=b5006d3c418e9a1ebf4bfbc4363fcdd1&tab=core&_cview=1)
- Document(s)
- DRAFT Statement of Work
- File Name: DRAFT Statement of Work (New IS contract SOW draftv4.doc)
- Link: https://www.fbo.gov//utils/view?id=25ccd749a58faa083733908d9f0c1c24
- Bytes: 96.00 Kb
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: DRAFT Statement of Work (New IS contract SOW draftv4.doc)
- Place of Performance
- Address: DHS/FEMA, National Emergency Training Center, 16825 South Seton Avenue, Emmitsburg, Maryland, 21727, United States
- Zip Code: 21727
- Zip Code: 21727
- Record
- SN01690371-W 20081011/081009214436-b5006d3c418e9a1ebf4bfbc4363fcdd1 (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 |