SOLICITATION NOTICE
U -- Pre-Retirement Seminars - Attachment #1 SOW
- Notice Date
- 4/29/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 611430
— Professional and Management Development Training
- Contracting Office
- Department of Homeland Security, Federal Emergency Management Agency, Texas National Processing Service Center, 3900 Karina Lane, Denton, Texas, 76208
- ZIP Code
- 76208
- Solicitation Number
- HSFE11-09-R-0004
- Archive Date
- 5/29/2009
- Point of Contact
- MICHAEL L. YOUNG,, Phone: 9408918635
- E-Mail Address
-
michael.young3@dhs.gov
- Small Business Set-Aside
- Total Small Business
- Description
- Attachment #3, Pricing Schedule. Attachment #2, Past Performace Questionnaire. Statement of Work. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. The announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This is a Request for Proposal (RFP No. HSFE11-09-R-0004). This combined synopsis/solicitation is organized in five (5) parts: (1) General Requirements; (2) Specific Requirements; (3) Cost Proposals; (4) Evaluation Factors for Award; (5) Point of Contact; and (6) Proposal Requirements. 1. GENERAL REQUIREMENTS: The Department of Homeland Security (DHS) Federal Emergency Management Agency (FEMA) has a need for the delivery of Pre-Retirement Planning Seminars. Typically, the pre-retirement seminars are made available to employees who are within 5-10 years of retirement eligibility. Each seminar should last two (2) days and provide in-depth information to assist employees in making critical decisions as they approach and prepare for retirement. TXNPSC does not have the necessary subject matter knowledge to conduct the seminars of the scope desired, nor is such expertise available elsewhere in FEMA. In addition, by addressing groups rather than single employees, the seminars represent a cost-effective way of conveying retirement information. See Statement of Work (Attachment #1). 2. SPECIFIC REQUIREMENTS: (A) Scope of work: The Contractor will provide an off-the-shelf seminar meeting TXNPSC requirements. **See Federal Acquisition Regulations Part 46.101 for "off-the-shelf" and other definitions. Each Pre-Retirement Planning Seminar will be for two (2) days and up to thirty-four (34) participants will normally attend each session. It is also anticipated that the Pre-Retirement Planning Seminar will be delivered two (2) times a year. (B) Course Contents: The objective of the seminar is to provide TXNPSC employees with an array of information to increase their level of understanding and awareness of retirement policies and procedures. The training will also enable TXNPSC employees to better plan for and make decisions about retirement. The Contractor will use teaching techniques appropriate to the subject matter and the audience. The Pre-Retirement Planning Seminar will cover, at a minimum, the following subjects: Federal Employees Retirement System (FERS) including spousal annuities, Social Security, Medicare programs, Thrift Savings Plan (TSP), Long Term Care Insurance (LTCI), Flexible Spending Accounts (FSA), and Federal employees' health and life insurance programs. (C) Course Materials: The Contractor will prepare a seminar binder for each participant. The binders will contain current and up-to-date written materials the Pre-Retirement Planning seminars. TXNPSC will provide audio-visual equipment (no overhead projector) Government Furnished Equipment for use by the Contractor in the performance of this contract. The Contractor shall e-mail any training material to the Contracting Officer Representative (COTR) that will be used in delivering the material to TXNPSC employees via the audio visual GFE. The COTR will in-turn download the Contractor's training material to a DVD for the Contractor's use. Copier machines or the like will not be available for Contractor use. **The Contractor is prohibited from bringing any computer related equipment or accessories of any kind onto Federal property, including but not limited to: laptops, memory sticks of any kind, CDs, or DVDs. The Contractor may conduct an initial Pre-Retirement Seminar walk-through after the effective date of the contract but before the first scheduled seminar. A minimum of two (2) copies of all seminar materials, (including but not limited to the instructor's guide, participant's manual, handouts, and other visual and audio materials) must be provided at that time. The Contractor will be expected to make revisions to the seminar materials as requested by the COTR. The Contractor will be expected to conduct a second walk through at no additional cost to TXNPSC, if requested by the COTR. On agreed upon dates, the Contractor will conduct pre-retirement seminars, using qualified instructors. TXNPSC will provide classroom space for the seminar sessions. The Contractor will bring seminar materials to TXNPSC on the day in which the seminar is being conducted. (D) Location of the Seminars: seminar sessions will be held at TXNPSC, 3900 Karina Lane, Denton, TX, 76208. (E) Schedule of Classes: TXNPSC will provide the Contractor the dates of each Pre-Retirement Planning Seminar (approximately 2 classes/year). Each class day (including lunch and break time) will be 7 to 8 hours, beginning no earlier than 8:30 AM and ending no later than 4:30 PM. There will be a one hour lunch break between 11:30 AM and 1:00 PM and at least one15 minute break in the morning and one 15 minute break in the afternoon. TXNPSC will give the Contractor at least one (1) week notice if class needs to be rescheduled. (F) Evaluation of Course: TXNPSC will evaluate the seminar(s) using participant questionnaires developed by the Contractor or TXNPSC and provide the results of the evaluations to the Contractor. If the Contractor wants to use its own evaluation form (which should be included in its technical proposal), TXNPSC will distribute it to seminar participants. However, TXNPSC has the right to choose which form to use. (G) Applicability of FAR Provisions: The selected offeror must comply with the following Federal Acquisition Regulation (FAR) provisions and clauses that apply to this solicitation and are incorporated by reference. FAR 52.212-1, Instructions to Offerors (Commercial Items) and 52.212-2 (Evaluations-Commercial Items). Offerors must include a completed copy of FAR provisions 52.212-3, Offerors Representations and Certifications (Commercial Items) with their offer. FAR 52.212-4, Commercial Terms and Conditions (Commercial Items). FAR 52.212-5 (b), Contract Terms and Conditions Required to Implement Statues or Executive Orders Commercial Items, as well as the following, will apply: 52.217-5, 52.217-8, 52.217-9, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.232-33, 52.232-35, 52.245-1A. The full text of a FAR clause may be accessed electronically at http://www.acqnet.gov/far. (H) Technical questions concerning this requirement must be submitted in writing no later than seven (7) calendar days after the published date of this announcement. An amendment will be issued to address all questions received. However, the source of the questions will not be referenced. The issuing office has authorized e-mail as a source of the transmission of questions. THE AUTHORIZATION IS NOT EXTENDED TO SUBMISSION OF PROPOSALS. 3. COST PROPOSALS: Offerors will be required to complete the Pricing Schedule in Attachment # 3. 4. EVALUATION FACTORS FOR AWARD: The Government will award the contract to the offeror who has the best value on the basis of its offer and its capability to perform the work. An adjectival rating system of outstanding, good, satisfactory, and unsatisfactory will be used and the relative importance between all three evaluation factors is approximately equal to each other. The proposals will be evaluated against the criteria listed in the following evaluation factors: (a) Technical Approach and Seminar Materials: Technical Approach: The offeror shall submit a description of the services it will provide that demonstrates it clearly understands the Statement of Work and all required details of the RFP. The Technical Approach shall not exceed 25 pages. Seminar Materials: The offeror must submit a minimum of two (2) copies, which includes a course agenda that indicates all major topics to be covered, the order in which they are to be covered, the amount of time to be allotted to each, and the teaching techniques to be used (e.g., lecture, discussion, audio-visual presentations). The offeror also must submit a participant binder containing written materials of each of the subjects to be covered in the seminar. (b) Price: The offeror shall complete a Pricing schedule as identified in paragraph 3 (Cost Proposal) above. (c) Past Performance (including references): The offeror must demonstrate its general background, experiences, and qualifications related to item No. 2 above (Specific Requirements for details of the requirement). The offeror must provide documentation and a maximum of five (5) federal government agencies for which it has presented pre-retirement seminars or performed relevant work within the past three (3) years. For each named federal government agency, the offeror must include the name, address, phone number, and email address of the contact person who works for the agency or entity and, if relevant, contract numbers. Note: Relevancy will be defined as: very relevant, relevant, somewhat relevant, not relevant. TXNPSC reserves the right to contact any of the named agencies and entities. If the offeror intends to subcontract any of the work, except through personal service contracts with individual instructors, it must provide the agreement already in effect for each subcontract. In evaluating past performance, TXNPSC will consider information (past performance questionnaires) obtained from past and present customers. By past performance, TXNPSC means the offeror's record of conformity to specifications and to standards of quality of service, timeliness of performance, business relations, compliance with safety and security requirements, and contractual considerations. An offeror with no relevant past performance or for whom information on past performance is not available will receive a rating of neutral. Offerors are authorized to provide information on problems encountered on its identified contracts and the offeror's corrective actions. The offeror shall send the Past Performance Questionnaire (Attachment #2) to the agency for which the offeror requests its past performance be rated. The agency filling out the Past Performance Questionnaire shall forward its completed questionnaire to the Contracting Officer. NOTE: Past Performance Questionnaires received from the offeror will NOT be considered. Thus, only Past Performance Questionnaires received from the agency filling out the questionnaire on behalf of the offeror will be considered. 5. POINT OF CONTACT: The point of contact for this requirement is Michael Young, Contracting Officer, Telephone No.: (940) 891-8635; Fax No.: (940) 323-2965; Email address: Michael.young3@dhs.gov. 6. PROPOSAL REQUIREMENTS: In addition to the above requirements, proposals are due in this office no later than 4:00 p.m. (CST) Thursday, May 14, 2009. Proposals shall contain the following: • A minimum of two (2) copies of all seminar materials including but not limited to the instructor's guide, participant's manual, handouts, and other visual and audio materials. A minimum of 2 each participant seminar binders in accordance with paragraph 2A-E. • Participant evaluation forms (optional) in accordance with paragraph 2F. • Representation and certifications in accordance with paragraph 2G. • Past performance questionnaires (Attachment # 2). • Pricing Schedule (Attachment # 3). To assure that your proposal arrives at the proper place on time, and to prevent opening by unauthorized individuals, your proposal must be identified on the envelope and addressed to: FEMA / TXNPSC, RFP No. HSFE11-09-R-0004, Attn: Michael Young, 3900 Karina Lane, Denton, TX, 76208. Offerors are encouraged to review FAR provision 52.215-1(c), SUBMISSION, MODIFICATION, REVISION, AND WITHDRAWAL OF PROPOSALS, JAN 2004). The rules regarding late proposals shall be strictly enforced. Failure to furnish the required representation or rejection of the terms and conditions of the solicitation may exclude your offer from consideration. TXNPSC reserves the right to make an award on the basis of initial proposal, without holding discussions. Therefore, the offeror's initial proposal should contain their best terms. All cost and pricing details are to be omitted from the technical proposal (participant seminar binders). The resultant award will be a Firm Fixed Price contract.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=a5f1fe0d271173c1606cfc22a07270a0&tab=core&_cview=1)
- Place of Performance
- Address: FEMA / TXNPSC, 3900 Karina Lane, Denton, Texas, 76208, United States
- Zip Code: 76208
- Zip Code: 76208
- Record
- SN01805361-W 20090501/090429223455-a5f1fe0d271173c1606cfc22a07270a0 (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 |