Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 04, 2010 FBO #3114
SOLICITATION NOTICE

U -- Security Training – “Enhanced Violence Assessment and Management - Attachment A - PWS

Notice Date
6/2/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611430 — Professional and Management Development Training
 
Contracting Office
Department of the Treasury, Bureau of Engraving and Printing (BEP), Office of Acquisition, 14th & C Streets, S.W., Washington, District of Columbia, 20228
 
ZIP Code
20228
 
Solicitation Number
RFQ-10-0335
 
Archive Date
7/3/2010
 
Point of Contact
Thomas O'Linn, Phone: (202)874-3238
 
E-Mail Address
thomas.olinn@bep.treas.gov
(thomas.olinn@bep.treas.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Attachment A - PWS 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; proposals are being requested and a written solicitation will not be issued. I. OVERVIEW: The solicitation document no. is RFQ-10-0335 and this is a Request for Quote (RFQ). This requirement is a 100% small business set-aside under NAICS code 611430. Only qualified Offerors may submit responses. The Government anticipates making an award by June 30, 2010 with the required training anticipated to be held at a to-be-determined date and time during the month of July 2010. II. REQUIREMENT: The Government requires a Contractor to provide, with exception to the items outlined in Attachment A Section 5.0 all labor, travel, transportation, equipment, tools, supplies, management and supervision and all other necessary items to provide a two (2) day training course entitled "Enhanced Violence Assessment and Management" which covers the following, but not limited to subject areas: • Neurophysiological, Psychological, and Behavioral foundations of Violence • Information Gathering and Analysis • Cognitive interviewing • Use of objective assessments tools to guide/inform during the assessment process • Effective intervention methods • State-of-the-art methods for violence assessment • Case facts that are the most critical for violence assessment and find out how to obtain them. • Quick case triage for better, immediate resources allocation • Techniques on getting significantly more information per interview with only a small amount of additional time, including those interviews that may involve persons with mental illness or emotional disturbance • Examine a variety of intervention methods and deciding best method to use in an effective manner Overall, the course shall be designed to provide the BEP with insight into and intervention strategies to minimize the risk of violence and divert the behavior from targeted victims. The maximum class size is approximately 100 students. REFER TO ATTACHMENT A - PERFORMANCE WORK STATEMENT FOR SPECIFIC DETAILS. III. RESPONSE INFORMATION: Offerors shall provide the following documentation in response to this solicitation. 1. A signed SF-1449 form by an authorized individual of the company that provides a firm-fixed price to provide the requested training service described in Attachment A. 2. Proposed prompt payment discount terms, 3. Technical Approach a. Course Materials: The Offeror shall provide a sample of the instructional materials to be used to conduct the course listed in Attachment A. The course materials shall include at a minimum; i. a course outline, ii. the course objectives, iii. the sequence of instruction, iv. organization and topical index and v. a sample of the materials to be provided the students. b. Availability of the proposed personnel to provide the course for the month of July 2010 as well as their availability for the months of August and September 2010. c. Any specific facility requirements. 4. Proposed Instructor(s) Qualifications and Experience: The Contractor shall provide a copy of the resume for each individual who is to conduct the training. In addition, provide a separate paragraph describing in a clear and concise manner each individual's skills set (e.g. Microsoft Office), qualifications, certifications, experience and other pertinent information that demonstrates an achieved expertise in performing work that is the same or similar to the requirement. 5. Past Performance Information: Offerors are to limit past performance information to the last three (3) years and to those which demonstrate that the Offeror is performing or has performed relevant work that is similar in size, scope and/or complexity to the requirement stated herein. Past performance information provided by the Offeror may include those contracts entered into with the Federal Government, agencies of state and local governments as well as commercial customers. Offerors are responsible for including sufficient details, in a concise manner, to permit a complete and accurate evaluation of each response. Proprietary information shall be clearly marked. Failure to furnish a full and complete response as instructed above may result in the Offeror's response being considered unacceptable, therefore eliminated from further evaluation and consideration award. IV. RESPONSE DUE DATE: Responses to this solicitation shall be submitted either electronically or via facsimile to the attention of the Contract Specialist listed herein no later than 12:00pm EST June 18, 2010. V. POINT OF CONTACT: Offerors shall send their response to the solicitation to the attention of Thomas O'Linn, Contract Specialist via either e-mail Thomas.olinn@bep.gov or fax at (202)-874-2200. Questions regarding this solicitation shall be submitted no later than 3:30pm EST June 11, 2010. VI. EVALUATION & AWARD: The Government will award a purchase order resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation requirements will be most advantageous to the Government, price and other factors considered. The following non-price factors shall be used to evaluate offers: Technical Approach, Proposed Instructor Qualifications and Experience and Past Performance. Technical Approach, Proposed Instructor(s) Qualifications and Experience and Past Performance, when combined, are are more important when compared to price. However, the strength of the Government's preference for such non-price factors depends on the marginal cost of obtaining higher technical merit. The BEP reserves the right to award to other than the lowest offer and to award without discussions. Offerors are to take into consideration the importance of availabilty of personnel, specifically due to the BEP anticipation of having the training course conducted at a to-be-determined date and time during the month of July 2010.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/TREAS/BEP/OPDC20220/RFQ-10-0335/listing.html)
 
Place of Performance
Address: 14th and C Streets S.W, Washington, District of Columbia, 20228, United States
Zip Code: 20228
 
Record
SN02165838-W 20100604/100602234847-e758ce7599451c0f951ebe7804de94e7 (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.