Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 18, 2009 FBO #2610
DOCUMENT

U -- Common Needs Training for Career Management - SOW and Eval Factors

Notice Date
1/16/2009
 
Notice Type
SOW and Eval Factors
 
NAICS
611430 — Professional and Management Development Training
 
Contracting Office
Department of Labor, Office of the Assistant Secretary for Administration and Management, Procurement Services Center, S-4306 200 Constitution Avenue, NW, Washington, District of Columbia, 20210-0001
 
ZIP Code
20210-0001
 
Solicitation Number
DOL099RP20642
 
Archive Date
2/6/2009
 
Point of Contact
Devone R. Brown,, Phone: 202-693-7197, Marissa G. Delacerna,, Phone: (202) 693-3320
 
E-Mail Address
brown.devone@dol.gov, delacerna.marissa@dol.gov
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is DOL089RP20642. This solicitation is issued as a request for proposals (RFP). The NAICAS code is 611430. The small business size standard is $7.0 million in average annual receipts. This acquisition is a Total Small Business Set-Aside. This procurement is for a firm fixed price contract. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-29. The clauses and provisions referenced in this solicitation may be obtained in full text form at http://www.arnet.gov/far. Scope of Contract: DOL common needs training is training that crosses agency lines and enhances and develops those competencies that are fundamental to current and future job/career success. DOL utilizes a variety of vehicles and methods to deliver training to employees. Currently, DOL offers classroom, on-line and blended training. The Department is in the early stages of utilizing other e-Learning interactive technologies including Webinars and WebEX and other methods of training delivery. The Department of Labor is requesting proposals for the career management and assistance services are provided through OCLCM’s Career Assistance Center (CAC) where employees receive career counseling services and assistance in using online and other career resources; the Continuous Learning Library Exchange (CLLE), where employees may borrow audiovisual, computer-based and web-based learning programs; through which they can develop/enhance essential skills, job competencies and career enrichment skills. Also, DOL Agencies are provided technical assistance, group facilitation and organizational development services through OCLCM. The Contractor shall furnish all personnel, management, and any items or services (except as may be identified herein as government furnished) necessary to provide a full range of educational and learning resources and support for optimal individual and organizational performance, including but not limited to classroom courses, briefings, handbooks/guides, computer-based, web-based modules, satellite broadcasts, video conferencing and/or web-cast distance learning sessions, technical assistance and organizational development services. This contract shall provide a wide range of training, organization development, and career development services to DOL employees at all grade levels. The Contractor shall perform assigned tasks in accordance with project schedules and deliverable requirements established in written Task Orders. Each Task Order will include assignments pertaining to one or more of the topics or activities described in this Statement of Work. Under fully executed Task Orders, the Contractor shall deliver the off-the-shelf courses (listed in Section B) at a firm, fixed price. The Contractor may be asked to deliver standard courses and/or develop new courses for delivery with short notice subject to staff availability. The following provisions and clauses apply to this acquisition: FAR 52-212-1, Instructions to Offerors Commercial Items; 52.212-2 Evaluation of Commercial Items; the evaluation criteria stated in paragraph (a) of the provision are as follows: The Government shall make award to the responsible offeror whose proposal response is affordable to the Government as well as realistic in price, and is evaluated as the best overall value to the Government based on 1) Price, 2) Past Performance, and 3) Technical Factors. 52.212-3 Offeror Representations and Certifications Commercial Items; 52.212-4, Contract Terms and Conditions commercial Items and 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive orders – Commercial Items. In paragraph (b) of 52.212-5, the following apply: 52.222-21; 52-222-26, 52.222-35; 52.222-26, 27, 38, 52.225.13, 52.232.33. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications – Commercial Items with its offer. This provision may be obtained at http://www.arnet.gov/far. All responsible sources may submit proposals, technical and cost, to the Department of Labor, 200 Constitution Avenue NW, Room S-4307Washington, DC. 20210 ATTN: Devone R. Brown by 4PM Eastern Standard Time on 30 Jan 2009. Please submit a total of five (5) technical and cost proposals each. Also, please submit one (1) CD copy containing the technical and cost proposal as well. Send all questions by email to brown.devone@dol.gov by 23 Jan 2009. Fax quotations or questions will be not accepted. NOTE: CCR Registration: A prospective awardee shall be registered in the Central Contractor Registration (CCR) database prior to award. See contract clause 52.207-1 Central Contractor Registration (OCT 2003). Information on registration may be obtained via the Internet at: http://ccr.gov or by calling 1-888-227-2423 or 269-961-5757. Point of Contact: Devone R. Brown, 202-693-7197, email: brown.devone@dol.gov
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=77dc7442d5cb3a48c22ac737d84a6730&tab=core&_cview=1)
 
Document(s)
SOW and Eval Factors
 
File Name: Statement of Work (Final SOW (445-0996-998).doc)
Link: https://www.fbo.gov//utils/view?id=6232e60ff9d30ebcebb93d79e0439219
Bytes: 126.50 Kb
 
File Name: Evaluation Factors (EVALUATION Factors (445-0996-998).doc)
Link: https://www.fbo.gov//utils/view?id=e4e1c46762d9214adc91e70fb4eb00cc
Bytes: 44.50 Kb
 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Frances Perkins Bldg, 200 Constitution Avenue, NW, Washington, District of Columbia, 20210, United States
Zip Code: 20210
 
Record
SN01734230-W 20090118/090116215909-79ce7359da7480808b9984f988e4f9ee (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.