|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 13,1997 PSA#1908Department of the Interior, Minerals Management Service, Procurement
Operations Branch, MS2500, 381 Elden Street, Herndon, Virginia
20170-4817 U -- ASSESSMENT OF TRAINING NEEDS SOL 14211 DUE 082197 POC Jackie
Halprin, Contracting Officer, (703) 787-1341 E-MAIL: Contract
Specialist, Jackie.Halprin@mms.gove. The Minerals Management Service,
US Department of the Interior, intends to conduct a training needs
assessment of the workforce in two its district offices in California,
(Camarillo and Santa Maria) and the Gulf of Mexico (New Orleans,
Lafayette, and Houma, LA, and Lake Jackson, TX) . PLEASE READ THIS
ENTIRE NOTICE CAREFULLY AS IT CONSTITUTES THE ONLY NOTICE THAT WILL BE
ISSUED. The assessment will require the development of core
competencies of the occupational groups: District supervisors, District
Engineers, Inspectors, and support staff. The report will identify core
competencies for each group, the training needs of current employees,
and provide a model training plan for the development of junior
employees and new hires. The cost range of this effort is $50,000 to
$100,000. HOW TO RESPOND: In order to compete for this award,
interested parties MUST demonstrate that they are qualified to perform
the work by providing a Capabilities Statement (one bound original and
one copy), on or about noon, Eastern Standard Time, on August 21, 1997.
Following review of all Capabilities Statements, those having the past
experience, organizational capabilities, and key personnel to perform
the work will be invited to give an oral OR video technical
presentation and a written cost/business proposal. The oral or video
presentation must be less than a one hour discussion of the offerors'
methodology for performing the work, including a question and answer
session afterward. This will be conducted by teleconference where a
videotaped presentation has been submitted. Your Capabilities Statement
will be evaluated based on: (1) your key persons' skills, abilities,
and experience; (2) your organization's experience and (3) past
performance (including number, size, and complexity of similar
projects, adherence to schedule and budget, effectiveness of program
management, willingness to cooperate when difficulties arise, general
compliance with the terms of contract, and acceptability of delivered
products). References will be checked. Following review of all
capabilities statements, a list of those deemed most qualified to
perform the work will be established and those qualified will be
notified. Your Capabilities Statement will be evaluated based on (1)
the currency, quality, and depth of experience of individual personnel
in working on similar project. "Similar project" is meant to convey
similarity in topic, dollar value, duration, and complexity; (2)
quality and depth of education; experience on other projects which may
not be similar enough to include in response to (1), but may be
relevant; (3) organization's history of successful completion of
projects; history of producing high-quality work and other
deliverables; history of staying on schedule and within budget. Oral
presentations will be held in Herndon, Virginia, on or about September
3, 1997. The presentation, whether in person or on videotape, will
demonstrate how you will perform the work. The Contracting Officer will
establish each Offeror's presentation time and inform them by telephone
or fax no later than August 26, 1997. During the presentation, the
Offerers key personnel shall present a detailed discussion on the
following topics: Understanding the Technical Approach; Qualifications
and Commitment of Personnel. Key project personnel may also address
other topics considered to be pertinent to a demonstration of the
knowledge, competence, and capability to perform this effort. DO NOT
REFER TO PRICE OR COST IN ANY MANNER DURING THE PRESENTATION. Oral
Presentation Constraints: Only the offeror's key project personnel or
project manager will be allowed to participate in the oral
presentation. Key project personnel includes only those persons who
will be assigned to the contract. Two additional people (e.g., chief
executive officer, company president, legal representative, etc.) may
attend but will not be allowed to present except in a brief company
introduction that will not be evaluated. The presentation may not
exceed ONE HOUR in length, after which the Government will caucus for
up to one hour to discuss the presentation and formulate questions to
be asked during the Q & A session. Oral Presentation Media are neither
required nor discouraged but are limited to overhead transparencies or
35mm slides. The Government will provide a screen and projection
equipment. All presentation media will remain the property of the
Government. In lieu of offerors delivering oral presentation in person,
oral presentation may be submitted on videotape. Tapes must be in VHS
format and presentations must not exceed one hour in length. Tapes will
be retained by the Contracting Officer. Tapes do not have to
professionally produced, but must be audibly and visibly legible. The
speakers must be identified, both on the tape and with a written list
of names, titles, and functions, included with the videotape. Offerors
must submit an outline of their presentation by noon on August 29,
1997. The summary should use bullets to highlight the subjects in the
order they are addressed during the presentation and NOT EXCEED TEN
(10) PAGES in length. Business Proposal and Price: 1. Written business
proposal shall be a separate volume and shall be submitted on or about
noon on September 5, 1997. Price evaluations will be used by the
Contracting Officer to determine reasonableness and realism, as well as
your understanding of the work, and potential for successfully
completing the job. 2. The Business Proposal shall also contain a
section that includes a statement of intention to comply with the
Statement of Work, and a statement of intention to comply with all
terms and conditions of the c The award will be made using Commercial
Items, FAR Part 12. The following provisions/clauses are incorporated
by reference: FAR 52.212-1 Instructions of Offerors-Commercial Items
(Oct 95), FAR 52-212.2, Evaluation-Commercial Items (Oct 95), FAR
52.212.3, Offeror Representations and Certifications-Commercial Items,
(Jun 96), FAR 52..212-4, Contract Terms and Conditions-Commercial
Items (May 97), and FAR 52.212-5, Contract Terms and Conditions
Required to Implement Statutes or Executive Orders-Commercial Items
(Aug 97). These documents are current to FAC 90-46 (Mar 97). Offerors
may request a copy of provisions and clauses by calling the (703)
787-1354 or fax or e-mail your request to the Contracting Officer.
Questions should be faxed or e-mailed as soon as possible to fax: (703)
787-1387 or e-mail to: "jackie.halprin@mms.gov" Please include with any
question(s) or correspondence your full name, Solicitation Number and
title, your organization, complete address, voice and fax numbers, and
e-mail address, if applicable. Phone calls will neither be accepted
nor acknowledged. Any conflict in the due dates shown in this notice
shall be governed by this narrative. (0223) Loren Data Corp. http://www.ld.com (SYN# 0096 19970813\U-0005.SOL)
U - Education and Training Services Index Page
|
|