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