Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 7,1998 PSA#2154

Procurement Division, 1310 L Street, Room 730, Washington, DC, 20223

R -- R -- TRAINING COURSES SOL *nil* DUE 081398 POC Donald (Andy) Anderson, Procurement Analyst, Phone (202) 435-7148, Fax (202) 435-7138, Email a.anderson@usss.treas.gov -- Chris Phillips, Procurement Analyst, Phone (202) 435-7162, Fax (202) 435-7138, Email None WEB: Visit this URL for the latest information about this, http://159.142.150.114/cgi-bin/WebObjects/EPS?ActionCode=P&;ProjectID=R FQ 98Q0074&LocationID=38. E-MAIL: Donald (Andy) Anderson, a.anderson@usss.treas.gov. 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; QUOTES ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. The U.S. Secret Service is hereby soliciting information for potential sources to establish multiple Blanket Purchase Agreements (BPA) for Solicitation number RFQ 98Q0074 and is issued as a Request For Quotation (RFQ). This solicitation documents and incorporates provisions and clauses in effect through Federal Acquisition Circular 97-06. This RFQ constitutes a 100% small business set-aside and the associated standard industrial classification code (SIC) is 8299 and the business size standard is $5 Million. The service requires the contractor to conduct; 1) customized conferences on employee diversity issues; 2) media relations training courses; 3) introduction to supervision courses; and 4) practical leadership courses. Course criteria will be outlined in individual orders. To be considered for award offerors must submit as part of their quote information that addresses the following evaluation factors for: 1) CONFERENCE ON EMPLOYEE DIVISITY ISSUES A) Ability to communicate successfully with classes composed of both law enforcement and non-law enforcement personnel in a wide range of positions and grade levels so that employee diversity issues and concepts are translated into law enforcement language and examples for the class. This shall be evidenced by past performance or an oral presentation presented to the USSS technical panel. B) Provide a background of extensive experience in providing employee diversity conferences for law enforcement agencies. C) Ability to explain to a diverse group of federal law enforcement personnel, the philosophy and EEO laws concerning diversity as they apply to that group. D) Ability to apply sound principles of learning and motivation to instructional design and the development of audio-visual aids and handout materials for a law enforcement. 2) MEDIA RELATIONS COURSE A) Ability to communicate successfully with classes of both law enforcement and non-law enforcement executives, executive candidates, and senior managers to effectively represent their agency in any specified media area within the scope of the agency goals and objectives. This shall be evidenced by past performance or oral presentation presented to the USSS technical panel. B) Ability to prove a background of extensive experience in providing multimedia training for federal law enforcement agencies by presentations including highly interactive lectures with participant activities and role-playing situations. C) Ability to provide a team of trainers who have extensive experience as professional spokespersons for each of the following areas of media: radio, television, print, press, conferences, and press releases. D) Demonstrate the ability to clearly and comprehensively provide all concepts and methodology necessary regarding relations between the USSS as a law enforcement agency and the media. 3) INTRODUCTION TO SUPERVISION COURSE A) Ability to communicate successfully with classes of both law enforcement and non-law enforcement supervisors at the introductory level so that organizational and leadership concepts and management techniques are translated into law enforcement language and examples for the class. This shall be evidenced by past performance or by an oral presentation presented to the USSS technical panel. B) Ability to prove a background extensive experience in providing supervisory training for federal law enforcement agencies. C) Ability to explain to new supervisors, the principles and procedures of successful planning, assigning, delegating, controlling, and monitoring subordinates' work as they apply to a law enforcement agency. D) Ability to apply sound principles of learning and motivation to instructional design and the development of audio-visual aids, workbooks, and handout materials for a law enforcement agency. 4) PRACTICAL LEADERSHIP COURSE A) Ability to communicate successfully with classes of both law enforcement and non-law enforcement supervisors at all levels so that corporate organizational concepts and management techniques are translated into law enforcement language and examples for the class. This shall be evidenced by past performance or by an oral presentation presented to the USSS technical panel. B) Ability to explain to new supervisors the principles and benefits of successful time management practices for themselves and their subordinates and to discuss the main concepts of the "One Minute Manager" as they apply to new supervisors in a law enforcement agency. C) Ability to explain and discuss the concepts of self assessment tools, including the Meyers Briggs Type Indicator (MBTI), and their potential value to new supervisors in a law enforcement agency. D) Ability to apply sound principles of learning and motivation to instructional design and to communicate the primaryconcepts of the "One Minute Manager" as they apply to new supervisors in a law enforcement agency. The award(s) will be based on source selection procedures and upon award follow on orders shall be considered competed. The Government may make award(s) (which may be multiple awards for the same line item) and subsequent orders to the responsible offeror(s) whose offer conforms to the Request for Quotation (RFQ) and are most advantageous to the Government, technical factors and price considered. As the proposals become more equal in technical merit, the evaluated price will become more important, however, the Government reserves the right to make award(s) to the offeror(s) who provides reasonable expectation of superior technical performance, regardless of the offeror's price relative to other offeror's prices. Your evaluation of the technical factors will be based on information in your proposal that offers the greatest value to the Government. Your response to each technical factor must document specific competencies. Failure to respond to the specific technical factors will preclude determining your technical capability. Failure to submit all of the above requirements will result in a rejection of your RFQ. Dates for courses are as follows: CONFERENCE ON EMPLOYEE DIVERSITY ISSUES: three, eight hour training sessions per course on the following dates: Oct 20-22, 1998; Nov 17-19, 1998; Mar 2-4, 1999; May 4-6, 1999; July 13-15, 1999; and Aug 31 -- Sep 2, 1999. Each session will have no more than 80 persons at a time. MEDIA RELATIONS: three, eight hour training sessions per course on the following dates: Nov 17-19, 1998; Mar 9-11, 1999; Jun 16-18, 1999; and Aug 4-6, 1999. Each session will have no more than 8 persons at a time. INTRODUCTION TO SUPERVISION: three, eight hour training sessions per course on the following dates: Nov 17-19, 1998; Feb 23-25, 1999; and May 18-20, 1999. Each session will have no more than 24 persons at a time. PRACTICAL LEADERSHIP: Two, eight hour training sessions per course on the following dates: Nov 10-11, 1998; Jan 18-19, 1999; Feb 9-10, 1999; Apr 12-14, 1999; and Jul 12-13, 1999. Each session will have no more than 24 persons at a time. The classes will be held in Government provided buildings in the Washington, D.C. metropolitan area. HOW TO RESPOND: The first step is to demonstrate that your organization is qualified to perform the work by providing a Capabilities Statement detailing: 1) your key personnel (those who would have primary responsibility for performing and/or managing the effort) with their qualifications and specific experience; 2) your organizational experience; and 3) specific references (including contract number & project description, period of performance, dollar amount, client identification with point of contact & telephone number) for previous work of this or similar nature that your key personnel or organization have performed within the last two years.(References will be checked.) Capabilities Statement will be evaluated on a pass/fail system 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 requirements, effectiveness of program management, willingness to cooperate when difficulties arise, general compliance with the terms of contracts, and acceptability of service). Offerors must also submit as part of their quote, information that addresses the evaluation factors for each course. Following review of all Capabilities Statements, firms having the past experience, organizational capabilities and key personnel to perform the work may be invited to give an oral technical presentation. The Government reserves the right to accept an offer (or part of an offer) based solely on written material without oral presentations being required. If required, the oral presentation will be a one-hour presentation of the offeror's plan for performing the work, which will include a one half hour question and answer session afterward where the government will query the offeror on its proposed plan and it's capabilities. PRESENTATIONS WILL BE SCHEDULED BETWEEN AUGUST 18-21, WITH NOTIFICATION OF TIME AND DATE SUPPLIED BY AUGUST 17, 1998. Written offers are to consist of the price proposal, the capability statements, and the completed Offeror Representations and Certifications-Commercial Items (FAR 52.213-3). Offers are due by August 13, 1998, 4:30 PM local time. Offers shall be mailed to: The U.S. Secret Service, 1310 L. St., NW, Suite 730, Washington, DC 20223, Attn: Andy Anderson or faxed to 202/435-7138. If faxed, an original copy must be mailed to the USSS at the address listed above. All responsible small businesses (500 employees or less) may submit an offer, which shall be considered by the agency. The following provisions/clauses are incorporated by reference: FAR 52.212-1, Instructions to Offerors-Commercial Items (Aug 98); FAR 52.212-2, Evaluation-Commercial Items (Oct 97); FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Jun 97)(offerors must request this document as stated above); FAR 52,212-4, Contract Terms and Conditions-Commercial Items (Apr 98); and FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Jun 98). Offerors may view provisions and clauses by visiting http://farsite.hill.af.mil. 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.***** Posted 08/05/98 (D-SN233257). (0217)

Loren Data Corp. http://www.ld.com (SYN# 0084 19980807\R-0009.SOL)


R - Professional, Administrative and Management Support Services Index Page