SOLICITATION NOTICE
69 -- Material and Instructor for TEL Retirement Broadcast
- Notice Date
- 5/25/2010
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- WASO - WCP - Denver Contracting & Procurement 7333 W. Jefferson Avenue Lakewood CO 80235
- ZIP Code
- 80235
- Solicitation Number
- N2738100049
- Response Due
- 6/16/2010
- Archive Date
- 5/25/2011
- Point of Contact
- Elizabeth M. Kenney Contract Specailist 3039876822 Elizabeth_Kenney@nps.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
- SECTION 1: 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. This solicitation is issued as a request for proposal (RFP). The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-40. This is a 100% set aside for small business concerns. The NAICS code is 611699. The following provisions and clauses apply to this acquisition:52.212-1, Instructions to Offerors-Commercial52.212-3, Offeror Representations and Certifications - Commercial Items52.212-4, Contract Terms and Conditions - Commercial Items52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items52.204-7, Central Contractor Registration52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration52.204-9, Personal Identity Verification of Contractor Personnel SECTION 2: SCOPE OF SERVICES Vendor will provide material and one or more instructors who are qualified to deliver the module of the "National Park Service (NPS) Fundamentals III: Retirement Planning for New Employees" course. The Technology Enhanced Learning (TEL) Network is the delivery method utilized. This delivery method is delivered at a broadcast studio via satellite signal to approximately 235 receiving stations across the country. This training provides 1 way video and two way audio which makes it highly interactive allowing students immediate access to their instructor. This course will be presented at least five times each Fiscal Year, with one offering delivered on each of the five dates. Course dates will be negotiated once the contract is awarded, but in general will occur once every quarter. Additional presentations may be scheduled depending upon demand. All courses are televised from the Fish & Wildlife Service's National Conservation Training Center broadcast studio, Shepherdstown, West Virginia or at the NPS Stephen T. Mather Training Center broadcast studio, Harpers Ferry, West Virginia. NPS Fundamentals is a five-part course of study that encompasses a broad understanding of the mission and goals of the NPS. It is designed to create a workforce that is committed to achieving the NPS mission. Specifically, NPS Fundamentals focuses on the Universal Competencies: Mission Comprehension, Agency Orientation, Resource Stewardship, NPS Operations, Fundamental Values, Communication Skills, Problem-solving Skills, and Individual Development and Planning. The Manager for NPS Fundamentals provides program oversight. This position is duty stationed at the Horace M. Albright Training Center, Grand Canyon, Arizona. The "Retirement Planning" is part of the "Individual Development and Planning" competency. This training consists of two modules; both entitled "Retirement Planning". Module one is already developed and is an on-line module. Module two, which this scope of work is requesting, is delivered via interactive television using the NPS TEL network. Prior NPS approval of material will be required by NPS. Tasks: 1.Vendor shall provide an electronic participant guide with detailed information and PowerPoint presentation that matches and flows with the participant guide. Vendor will not have access to course materials currently in use, and so will need to develop all materials from scratch. All such materials will remain the property of the Vendor. All participant materials and PowerPoints must be approved by the COR before being used in a program. Each broadcast will be approximately 2 hours per iteration. 2. Vendor shall provide studio instructor(s) for the TEL NPS module on Retirement Planning. Instructor(s) must have professional expertise in and knowledge of the Civil Service (CSRS) and Federal Employee Retirement System (FERS), and all variations thereof (e.g., 6(C) retirement). Instructor(s) must have professional expertise of financial planning. Financial planning experts must be thoroughly familiar with investment options available in all Federal retirement systems, trends in the market, and in the national and global economy in general. Vendor shall provide at least if not more, information on:a. early retirement planningb. FERS eligibility and FERS componentsc. types of federal retirementd. military service/military depositse. annuity calculationsf. survivor benefitsg. thrift savings plan (TSP)h. TSP fund typesi. managing TSPj. federal employee's group life insurancek. health benefitsl. long-term care insurancem. flexible spending accountsn. available resources 3. Vendor shall not provide specific investment advice such as "invest in _____" (a specific company name), but will provide general principles of investing with a focus on taking advantage of the investment options of the Federal retirement system. Instructor(s) must be able to present compelling arguments to new employees regarding the urgency of retirement planning, using specific examples. 4.Vendor shall schedule additional, pre-course time to meet with the production manager on-site and/or meet with NPS staff as necessary. At a minimum, the vendor will meet with the production manager before the first course is presented, either on the day of the presentation or on a day mutually agreed upon prior to the course. The purpose of the meeting will be to review materials and procedures at the facility, and to rehearse the presentation. Additional meetings and/or phone consultations may be called by the Manager as necessary. 5.Vendor shall review the online training module at the outset of the contract, and review no less than quarterly to ensure a strong, clear linkage between the online module and the TEL module. As an outcome of the review, the vendor is expected to provide current and accurate information to ensure that the online and TEL module materials are up-to-date. Vendor will inform the Manager of changes as they occur in retirement policy or practices and provide supporting materials to consider for inclusion in one or both modules. 6.Changes to the content of the presentation should occur only when information becomes outdated. Vendor is expected to recommend changes to delivery techniques and/or graphics and other materials based on their professional experience. All changes must be approved in advance by the Manager prior to implementation. Required Skills and Abilities:Vendor shall provide instructors who are highly effective and have experience in using distance learning techniques, specifically on camera in a television studio environment. Instructors must not only deliver the material clearly and effectively, but be able to engage participants in discussion. Vendor must have experience in covering program content. SECTION 3 - INSTRUCTIONS TO OFFERORS 3.1Introduction Offers shall be received by 3:00 PM MDT on Wednesday, June 16, 2010 Mountain Daylight Time (MDT). Offers shall be submitted via email only to Elizabeth_Kenney@nps.gov. If any portion of an Offeror's proposal is received after the 3:00PM (MDT) submission deadline on June 16, 2010 the Offeror's entire proposal will be considered late. All late proposal submissions will be handled in accordance with FAR 15.208. All proposals must be clearly identified as SOURCE SELECTION SENSITIVE MATERIAL, SOLICITATION N2738100049 in the subject line. 3.2 Prospective Offeror's Questions Questions concerning this RFP must be received via email to the Contract Specialist at the address above no later than 3:00 PM MDT on Wednesday, June 9th. Answers to questions will be provided to all prospective Offerors, giving due regard to the proper protection of proprietary information. In order to receive responses to questions, Offerors shall cite the section number and paragraph number of the solicitation. NPS recommends that Offerors ensure that questions are written to enable a clear understanding as to the Offerors issues or concerns with the referenced paragraph. Statements expressing opinions, sentiments, or conjectures are considered invalid inquires or comments for this purpose and will not receive a response from NPS. Further, Offerors are reminded that the NPS will not address hypothetical questions aimed toward receiving a potential "evaluation decision" from the NPS. 3.3Proposal Preparation Instructions The proposal shall clearly demonstrate the Offeror's understanding of the overall and specific requirements of the Scope of Services; convey the Offeror's capabilities for transforming their understanding into accomplishments for performing the RFP. Information requested herein must be furnished in writing fully and completely in compliance with instructions. The information requested and the manner of submittal is essential to permit prompt evaluation of all proposals on a fair and uniform basis. Simple statements of compliance (i.e., "understood"; "will comply") without the detailed description of how compliance will be met may not be considered sufficient evidence that the proposed services can technically meet the requirements of this RFP. Accordingly, any proposal in which material information requested is not furnished, or where indirect or incomplete answers or information are provided may be considered not acceptable or determined to be outside the competitive range. Offerors whose proposals are no longer being considered for award or whose proposals were not selected for award will be so notified. Such notification will state in general terms the basis of non-selection.3.3.1Proposal Preparation Costs The Government will not be obligated to pay any costs incurred by any Offeror in the preparation and submission of a proposal in response to this Request for Proposal (RFP). The Contract Specialist is the only person who can legally obligate the Government for the expenditure of public funds in connection with this procurement. 3.3.2Proposal Content Offerors are cautioned to review the RFP and ensure that the proposal submitted fully complies with any and all requirements of the RFP. Each proposal shall clearly demonstrate the Offeror's understanding of the overall and specific technical requirements of the Scope of Services. Proposals must be typewritten, in a type size not smaller than twelve (12) point proportional. Proposals should include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items, with its proposal. Each Offeror must submit a proposal, which consists of three (3) parts: Part 1 - Past Performance/Experience Information The Offeror shall describe previous experience in performance for technical projects similar in size, scope, technical difficulty, and complexity to the requirement being competed. The Offeror shall cite three (3) projects performed within the last three (3) years. For each relevant project, Offerors shall identify the following:A.CustomerB.Contract Number/Contract TitleC.Delivery Schedule/Period of PerformanceD.Description of the Work Performed E.Unique or Complex Characteristics of the ProjectF.Relevance to NPS Requirement The Offeror shall provide a list of references complete with points of contact; names and addresses that can be used by the Government to collect data on the Offeror's history of recent and relevant past performance. The references shall include at a minimum the projects identified above, but should not exceed a total of three (3) references. In order to facilitate the evaluation of the Offeror's past performance, the Offeror shall present the following information: A.Name and Address of CustomerB.Contract NumberC.Brief Description of ContractD.Brief Description of Services Provided/Technologies UsedE.Name, address and current phone number for the Customer's Business Manager (Contract Specialist)F.Name, address and current phone number for the Customer's Technical Manager Part 2 - Demonstrated Technical/Management Capability The Offeror shall describe its technical approach to performing the tasks required by the Scope of Services, as well as a minimum skill set for instructors. The Technical Proposal shall be no more than 10 (ten) pages total. Part 3 - Pricing The price proposal shall specify a fixed firm price for each course delivery for one base year and four (4) option years as follows: Base Year (07/01/2010 - 06/30/2011) Price per each broadcast 1-5 $___________ Price per each broadcast beyond 5 $___________ Labor Hour Rate for Meetings and Content Review/Changes $______________ per hour Option Year 1 (07/01/2011 - 06/30/2012) Price per each broadcast 1-5 $___________ Price per each broadcast beyond 5 $___________ Labor Hour Rate for Meetings and Content Review/Changes $______________ per hour Option Year 2 (07/01/2012 - 06/30/2013) Price per each broadcast 1-5 $___________ Price per each broadcast beyond 5 $___________ Labor Hour Rate for Meetings and Content Review/Changes $______________ per hour Option Year 3 (07/01/2013 - 06/30/2014) Price per each broadcast 1-5 $___________ Price per each broadcast beyond 5 $___________ Labor Hour Rate for Meetings and Content Review/Changes $______________ per hour Option Year 4 (07/01/2014 - 06/30/2015) Price per each broadcast 1-5 $___________ Price per each broadcast beyond 5 $___________ Labor Hour Rate for Meetings and Content Review/Changes $______________ per hour SECTION 4 - EVALUATION 3.1 Basis for Award Source Evaluation will be conducted and selection will be made in accordance with the guidelines provided in the Federal Acquisition Regulation (FAR), Department of Interior Acquisition Regulation (DIAR). Award will be made to the Offeror whose proposal represents the best value to the Government, price and other factors considered. 3.2 Evaluation Process NPS will perform a technical and business evaluation, based on the Offerors' written Past Performance/Experience (Part 1), Technical (Part 2), and Price (Part 3) proposals, to assess the best value to the Government. The determination of best value will be made by comparing the differences in the value of the Technical and Past Performance factors with the differences in the prices proposed. In making this comparison, the Government is more concerned with obtaining performance capability superiority rather than the lowest overall price. However, the Government will not make an award at a significantly higher overall price to achieve only slightly superior performance capabilities. The Government will assess the benefits of superior performance capability versus the added price. The degree of equality between Offerors' proposals will be measured by the quantity, significance, and applicability of the superior features proposed. Price proposals will be evaluated to determine fairness and reasonableness. The Government will use commercial or market price lists, Independent Government Cost Estimate (IGCE), or other information available to NPS in assessing the reasonableness of prices proposed. 3.3 Award on Initial Proposals The Government may award without discussions; however, the Contracting Officer (CO) reserves the right to hold discussions if necessary. Accordingly, each initial offer should be submitted on the most favorable price and technical terms that the Offeror can submit to the Government. 3.4Evaluation Factors The Government will evaluate each proposal using the following evaluation factors listed in descending order of importance: A.Small Business StatusB.Demonstrated Technical Capability;C.Past Performance/Experience; andD.Price Small Business Status is essentially pass/fail. Demonstrated Technical Capability is slightly more important than Past Performance/Experience. When combined Demonstrated Technical/Management Capability and Past Performance/Experience are more important than price.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/N2738100049/listing.html)
- Place of Performance
- Address: Broadcast will be televised from the Fish & Wildlife Service's National Conservation Training Center broadcast studio, Shepherdstown, West Virginia or at the NPS Stephen T. Mather Training Center broadcast studio, Harpers Ferry, West Virginia.
- Zip Code: 25443
- Zip Code: 25443
- Record
- SN02159052-W 20100527/100525234655-65036a2049ecb74001c450d0a1e7c31b (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 |