SOLICITATION NOTICE
R -- Assessment Center Support
- Notice Date
- 1/18/2007
- Notice Type
- Solicitation Notice
- NAICS
- 541990
— All Other Professional, Scientific, and Technical Services
- Contracting Office
- Department of Justice, Bureau of Alcohol, Tobacco and Firearms (ATF), Acquisition and Property Management Division, 650 Massachusetts Avenue, N.W., Room 3290, Washington, DC, 20226, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- Reference-Number-AssessmentCenter2007
- Response Due
- 2/2/2007
- Archive Date
- 2/17/2007
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation with additional information included in this notice. The Bureau of Alcohol, Tobacco, Firearms, and Explosives (ATF) is a law enforcement organization within the United States Department of Justice with unique responsibilities dedicated to reducing violent crime and protecting the public. In 2002, ATF implemented a new promotion plan for its Grade 14 and 15 special agents. The plan includes a Promotion Assessment Center (AC) for each grade level. Bureau managers and senior supervisors (known as subject matter experts or SMEs) facilitated by an outside contractor (Human Resources Research Organization (HumRRO) of Alexandria, VA) design the AC exercises. HumRRO also trains the assessors, administers and scores the testing, and provides a statistical analysis of the results. An outside oversight committee, made up of four independent experts highly regarded in the field of industrial or organizational psychology approved the development of the first AC, and the overall promotion plan. All outside experts who have reviewed ATF?s promotion process and ACs have found them to be ?content valid?. ATF generally holds one AC a year, alternating between the grade 14 and 15 ACs. In addition, each year the Bureau rewrites all of the exercises for one of the ACs. For example, in a year when the Bureau conducts a grade 14 AC, the exercises for the grade 15 AC are being rewritten and vice versa. The Office of Management oversees the AC Program. This includes hiring and monitoring the performance of a contractor with expertise in the development and running of ACs to assist in coordinating the design and administration of the Bureau?s ACs, including the coordination of assessor training, AC administrative material that goes to AC participants, reviewing and coordinating AC schedules, and assisting with on-site administration at all ACs. Timely provision of these services will provide ATF with the support required so that the Bureau can continue to deliver a valid promotion system that meets all governing regulations, industry standards and is in full compliance with a court-approved settlement agreement. ATF will issue a blanket purchase agreement (BPA) for this requirement with the contractor to perform the following tasks: a) coordinating and assisting in the workshops held to develop AC exercises, including the pilot testing of exercises; b) reviewing and providing feedback on AC exercise content; c) assisting at the meeting with the SME to determine critical competencies; d) reviewing and providing feedback on the statistics generated after each AC, including attending a meeting to discuss the statistics; e) reviewing and providing feedback on the material used in assessor training; f) reviewing and providing feedback on the administrative material that goes to AC participants; g) assisting in the development of AC schedules; h) recommending the location of appropriate facilities to conduct an AC; i) coordinating and assisting with assessor training; and j) assisting with on-site administration at ACs. ATF?s AC Director (the COTR) will monitor the contractor?s performance and will determine if tasks are completed on time and appropriately. The period of performance for this BPA is 36 months from date of award. The contractor shall propose a firm-fixed price for each of the tasks above for the following periods: 1) Months 1-12; 2) Months 13-24; and 3) Months 25-36. The contractor may be required to travel to Washington D. C., Alexandria, VA, or elsewhere to complete the required tasks. All travel requires advanced approval by the AC Director or his/her designee. Travel costs will be reimbursed on a per diem basis, in accordance with the Federal Travel Regulations and ATF travel policy, with receipts to be provided by the contractor as required by the Federal Travel Regulations. The contractor may work in Government-provided space when determined to be necessary by the AC Director. Work may also on occasion take place off-site at the offices of HUMMRO, other locations, or at the contractor?s location. The agency will provide the contractor with any needed computer equipment, which may include a government provided laptop, with all necessary software. Invoices for each completed fixed-price task shall be submitted electronically to the Financial Management Division (FMD) at financebranch@atf.gov, with a copy to the AC Director. Invoices for authorized travel expenses, with receipts as required by the Federal Travel Regulations and the BPA, shall be submitted upon completion of each trip to FMD, with a copy to the AC Director. Because of the sensitive and significant nature of the project, the contractor must adhere to the following: a) Physical and operations security procedures, articulated in ATF O 1720.5, Headquarters Security Program, dated September 28, 1995. A copy will be provided upon request; b) ATF O 7500.2, Automated Information System Security Program, dated July 15, 1997. A copy will be provided upon request; c) The Privacy Act and implementing regulations dealing with the handling of sensitive personnel and testing information; d) the terms of the ATF Non-Disclosure Agreement; e) returning ATF supplied materials and files created by the contractor at the conclusion of the BPA; and f) completion of background investigation forms. The contractor must, at a minimum, possess the following qualifications: a) A working knowledge of Federal personnel laws, regulations and policies relating to the promotion of employees; b) Extensive experience in the field of Federal law enforcement, which must include experience in a position at least equivalent to an Assistant Special Agent in Charge (the highest-level position filled under the AC promotion process); c) A working knowledge of ATF mission, policies and programs; and d) Experience in the design, development, and implementation of assessment centers. Offerors must provide specific examples to demonstrate how they meet each of the required qualifications above. The following provisions and clauses are incorporated into this notice by reference and no addenda apply: FAR 52.212-1, Instructions to Offerors-Commercial Items; FAR 212-4, Contract Terms and Conditions-Commercial Items; FAR 212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. Each offeror shall include a completed copy of FAR 52.212-3, Offeror Representations and Certifications - Commercial Items with their proposal. The above clauses may be found at: http://www.arnet.gov/far/current/html/52_212_213.html. No additional FAR clauses apply. This requirement is a set-aside for small businesses. The NAICS code is 541990 with a size standard of $6,000,000. Offerors will be rated on the qualifications and experience above. Proposals are being requested and a written solicitation will not be issued. All potential offerors must be registered in the Central Contractor Registration database (www.ccr.gov) prior to award. This solicitation closes at 4:30PM EST Friday, January 26, 2007. The point of contact for this requirement is Amanda Boshears, Contracting Officer, 202-927-8027 or amanda.boshears@atf.gov.
- Place of Performance
- Address: Washington, DC
- Zip Code: 20226
- Country: UNITED STATES
- Zip Code: 20226
- Record
- SN01214446-W 20070120/070119092546 (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 |