SOLICITATION NOTICE
U -- Intensive Testimony Workshop - Package #1
- Notice Date
- 6/9/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 611430
— Professional and Management Development Training
- Contracting Office
- Securities and Exchange Commission, Office of Acquisitions, Office of Acquisitions, 100 F Street, NE, MS-4010, Washington, District of Columbia, 20549, United States
- ZIP Code
- 20549
- Solicitation Number
- SECHQ1-15-R-0019
- Archive Date
- 7/14/2015
- Point of Contact
- Tamara J. Oliver, Phone: 2025518351, D'Jaris Gladden, Phone: 2025518908
- E-Mail Address
-
Olivert@sec.gov, GladdenD@sec.gov
(Olivert@sec.gov, GladdenD@sec.gov)
- Small Business Set-Aside
- N/A
- Description
- Attachment #2 - Price Schedule Attachment J-5 -- Credit Release Form Attachment J-4 -- OF-306 Attachment J-3 -- Contractor Data Form Attachment J-2 -- Contractor Personnel Non-Disclosure Agreement Attachment J-1 -- Contractor Entity Non-Disclosure Agreement Attachment B - Description of Accounting/Disclosure Issues Attachment A - Areas to Cover Attachment #1 - Statement of Work and SEC Specific Clauses/Provisions This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, “Streamlined Procedures for Evaluation and Solicitation for Commercial Items,” as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested, and a written solicitation document will not be issued. This solicitation is a Request for Proposals (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-81, April 10, 2015. This is an unrestricted acquisition (i.e., no set-aside). The associated North American Industrial Classification System (NAICS) code for this procurement is 611430 - Professional and Management Development Training, with a small business size standard of $7.0 Million. The U.S. Securities and Exchange Commission (SEC), Office of Acquisitions, 100 F Street NE, Washington, DC 20549-2000 is seeking a Contractor to develop an Intensive Testimony Workshop. The SEC intends to award a non-personal services firm-fixed price contract to provide the required services in accordance with the Statement of Work and SEC Specific Clauses at Attachment 1. The contract base period of performance is date of award through six months with four (4) one-year options. Delivery of the Base Period deliverable shall be provided no later than four (4) months after award of the contract and clearance of contractor personnel. Deliverables and delivery dates for any exercised options will be identified in the respective contract modification. Terms are FOB destination. The contractor shall deliver line item 0001 to: U.S. Securities & Exchange Commission Headquarters Station Place Office of Human Resources 100 F Street NE Washington, DC 20549-2000 Place of Performance. Work shall primarily be performed at the Contractor’s location. 52.212-2 Evaluation-Commercial Items (Oct 2014) 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: (1) Technical Approach, (2) Past Performance; and (3) Price. 1. Technical Approach & Understanding: The Offeror’s capability to satisfy the requirements defined in the SOW to develop and provide the Intensive Testimony Workshop. The Government will evaluate the the degree to which the proposed solution meets the requirements to include: 1) the proposed methods and techniques for completing each task to include expertise in creating and developing impactful curricula on advocacy-related workshop case studies, vignettes, lectures and additional materials for the purpose of teaching advocacy skills in workshops that span several consecutive business days; 2) the expertise in creating programs that follow an instructional design model focused on on-your-feet, “learning-by-doing” exercises and simulations with constructive faculty critique. Experience in creating and developing such materials in an investigative context, rather than litigation context, is preferred; 3) the qualifications and expertise of the key personnel and their ability to satisfy the SOW requirements to include specialized experience (e.g., proven expertise in creating and developing impactful curricula and expert knowledge in the areas of advocacy skills; 4) and the Offeror’s labor mix required to conduct the tasks and produce any deliverables must be identified. 2. Past Performance: The government will evaluate relevance, breadth and quality of past performance by surveying PPIRS, reviewing past performance references, and other measures. Relevant Past Performance is previous or current performance of a similar size and scope, where performance was within three years prior to offer submission. If an offeror is without a record of relevant past performance, or for whom information on past performance is not available, then the offeror will not be evaluated favorably or unfavorably on past performance. 3. Price: The firm-fixed price will be evaluated for the Basic Requirement (Base Period) and for the total Overall Price summation of all CLINS through base and all option periods. Technical Approach & Understanding is more important than Past Performance. Technical Approach & Understanding and Past Performance, when combined, are significantly more important than Price. As the technical quotes become more equal, price becomes more important in making the award determination. It should be noted that award may be made to other than the lowest priced quote if the Government determines that a price premium is warranted due to technical merit. The Government may also award to other than the highest technically rated quotation, if the Government determines that a price premium is not warranted. Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). 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. The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following solicitation provisions apply to this acquisition: 1. FAR 52.212-1, “Instructions to Offerors–Commercial Items”(Apr 2014) 2. FAR 52.212-3, “Offerors Representations and Certifications–Commercial Items”(Mar 2015) The following contract clauses apply to this acquisition: FAR 52.212-4, “Contract Terms and Conditions–Commercial Items” (May 2015) FAR 52.212-5, “Contract Terms and Conditions Required to Implement Statutes or Executive Orders” (May 2015) The following subparagraphs of FAR 52.212-5 are applicable: 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402). 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010) (41 U.S.C. 3509)). 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2013) (Pub. L. 109-282) (31 U.S.C. 6101 note). 52.209-6, Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Aug 2013) (31 U.S.C. 6101 note). 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Jul 2013) (41 U.S.C. 2313). 52.219-8, Utilization of Small Business Concerns (Oct 2014) (15 U.S.C. 637(d)(2) and (3)). 52.219-9, Small Business Subcontracting Plan (Oct 2014) (15 U.S.C. 637(d)(4)), (iii) Alternate II (Oct 2001) of 52.219-9. 52.219-16, Liquidated Damages-Subcontracting Plan (Jan 1999) (15 U.S.C. 637(d)(4)(F)(i)). 52.222-3, Convict Labor (June 2003) (E.O. 11755). 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2014) (E.O. 13126). 52.222-21, Prohibition of Segregated Facilities (Apr 2015). 52.222-26, Equal Opportunity (Apr 2015) (E.O. 11246). 52.222-35, Equal Opportunity for Veterans (Jul 2014)(38 U.S.C. 4212). 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). 52.222-37, Employment Reports on Veterans (JUL 2014) (38 U.S.C. 4212). 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627). 52.222-54, Employment Eligibility Verification (AUG 2013). (Executive Order 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) (E.O. 13513). 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.’s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Jul 2013) (31 U.S.C. 3332). The following FAR Clauses apply to this procurement: 52.216-1 Type of Contract (Apr 1984). The Government contemplates award of a Firm-Fixed Price contract resulting from this solicitation. 52.217-8 Option to Extend Services (Nov 1999). The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 10 days prior to expiration of the period of performance. 52.217-9 Option to Extend the Term of the Contract (Mar 2000). The Government may extend the term of this contract by written notice to the Contractor within one (1) day; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least five (5) days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 5 years. 52.232-22 Limitation of Funds (Apr 1984) 52.232-39 Unenforceability of Unauthorized Obligations (June 2013) Defense Priority and Allocations Systems (DPAS) is not applicable. This is an open-market combined synopsis/solicitation for services as defined herein. The government intends to award a contract as a result of this combined synopsis/solicitation to the responsible offeror whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Submission of offers. Submit signed and dated offers electronically as specified in this solicitation at or before the exact time specified in this solicitation. Offerors responding to this solicitation may submit their quote in accordance with the standard commercial practices (e.g., on company letterhead, formal quote form, etc.) but must include the following information-- (1) The solicitation number SECHQ1-15-R-0019; (2) The time and date specified in the solicitation for receipt of offers; (3) The name, address, and telephone number of the offeror; (4) Technical Approach - Narrative addressing your capability to provide the Intensive Training Workshop in sufficient detail to evaluate compliance with the requirements in the solicitation; and Past Performance including 3 references including: a. Name of Agency/Organization, b. Contract Number, c. Contract Type, d. Total Contract Value, e. Description of contract work, f. Name of Contracting Officer (or similar representative), telephone number and email address; for contracts performed within the past 2 years that are similar in size and scope of this requirement; (5) Terms of any express warranty; (6) Price and any discount terms in accordance with Attachment 2, Pricing Schedule Format. Note that the price quote should be separate from the Offeror’s Technical Approach and Understanding and Past Performance; (7) “Remit to” address, if different than mailing address; (8) A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the offeror shall complete electronically). Note: If your firm’s completed electronic representations and certifications are available on System for Award Management (SAM), it is not necessary to provide a copy with your quote; (9) Acknowledgment of Solicitation Amendments, if applicable; (10)Include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. Period for acceptance of offers. The offeror agrees to hold the prices in its offer firm for 60 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation. CLOSING DATE: Proposals are due Monday, June 29, 2015 by 2:00 p.m. Eastern Time. Proposals shall be submitted electronically via e-mail to D’Jaris Gladden at GladdenD@sec.gov and Tammy Oliver at OliverT@sec.gov. A complete proposal will consist of: (1) Price for CLINS as listed in Attachment 2; (2) Signature on a proposal cover letter which includes the proposal’s acceptance period; (3) Technical Approach information to include identified Key Personnel; (4) Past Performance information; and (5) Certify the Offeror’s Representations and Certifications are current, (https://sam.gov/). The contracting officer will review the proposals received for completeness, and may reject any incomplete proposals. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Faxed proposals will not be accepted. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail not later than 3:00 PM Eastern Time on Friday, June 12, 2015, to the Contract Specialist, Tammy Oliver, at OliverT@sec.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/SEC/OAPM/PCB/SECHQ1-15-R-0019/listing.html)
- Place of Performance
- Address: 100 F Street NE, Washington, District of Columbia, 20549-2000, United States
- Zip Code: 20549-2000
- Zip Code: 20549-2000
- Record
- SN03758763-W 20150611/150609235933-94196c587165ee633c89ecd3eaea4d02 (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 |