Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 15, 2010 FBO #3247
MODIFICATION

U -- Evaluation of Training Program Support Services

Notice Date
10/13/2010
 
Notice Type
Modification/Amendment
 
NAICS
611710 — Educational Support Services
 
Contracting Office
Center Acquisition Innovation Frederick;Department of Veterans Affairs;7485 New Horizon Way;Frederick MD 21703
 
ZIP Code
21703
 
Solicitation Number
VA79810RP0093
 
Archive Date
1/11/2011
 
Point of Contact
Russell Grabill
 
E-Mail Address
Contracting Officer
(Russell.Grabill@va.gov)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Solicitation Number: VA798-10-RP-0093 Notice Type: Pre-solicitation Synopsis: Department of Veterans Affairs CAI-Frederick- Synopsis for Evaluation Training Program Support The Department of Veterans Affairs (VA) has authority under the Veterans Benefits, Health Care, and Information Technology Act of 2006 (Pub. L. no. 109-461, 120 Stat. 3433 (2006)) and Executive Order 13360 to establish special acquisition methods to increase contracting and subcontracting opportunities for service-disabled veteran-owned small businesses (SDVOSBs) and veteran-owned small businesses (VOSBs). In an effort to support this Act, the VA is pursuing a total set-aside solicitation for SDVOSBs for Evaluation Training Program Support. This solicitation is being synopsis accordance with FAR 5.201. 1. Action Code: P - Pre-solicitation Notice 2. Date: October 13, 2010 3. Year: 2010 4. Contracting Office Zip Code: 21703 5. Classification Code: U 6. Contracting Office Address: Department of Veterans Affairs CAI-Frederick 7485 New Horizon Way Frederick, MD 21703 7. Subject: Evaluation Training Program Support 8. Proposed Solicitation Number: VA798-10-RP-0093 9. Closing Response Date: November 11, 2010 10. Primary POC: Russell Grabill Russell.Grabill@va.gov 11. Description: In April 2005, the Office of Federal Procurement Policy (OFPP) published Policy Letter 05-01, Developing and Managing the Acquisition Workforce, which requires the Federal Acquisition Institute (FAI) to develop, and the Chief Acquisition Officers Council (CAOC) to approve, a certification program for contracting professionals in civilian agencies that reflects common standards. The goal of the certification program is to standardize the education, training, and experience requirements for contracting professionals, which will improve workforce competencies and increase career opportunities. The Clinger-Cohen Act of 1996 and the subsequent Office of Federal Procurement Policy (OFPP) Policy Letter 05-01 (found at www.fai.gov ) require the heads of Federal agencies, through their Senior Procurement Executive, to define the education, training and experience necessary for career progression within the acquisition workforce job functions identified in table 1. This includes mandatory coursework and on-the-job training. Under the current law, individuals in the occupational series GS-1102 and those possessing a contracting officer's warrant, regardless of their occupational series, are required to meet certain baseline training and education requirements based on their grade. VA is one of the largest consumers of commercially-acquired goods and services in the Federal Government. In addition to the 1102 series, VA has expanded the definition of "acquisition workforce" to include: See Table 1. The VAAA's mission is to develop competency-based training programs for the VA's acquisition workforce to ensure acquisition excellence within the agency. See Attachment 1. Table 1- Acquisition Workforce Job Functions Job Functions Contract Specialists Construction and Facilities Management Contracting Officer Technical Representative Information Technology Specialists Program ManagersSystems Engineers Logistics Management Specialists For the past two years, the VA has been instructing classes for the acquisition workforce. Based on lessons learned, they are seeking contractors to provide support of the evaluation of the training program using the Kirkpatrick Evaluation Model. (These services will not be used to identify individuals or individual's data measure or job performance.) See Table 2. Table 2- Evaluation Training Program Support Kirkpatrick Evaluation: 1a. Level 1- Measure: Reactions- The vendor shall provide Level 1 online evaluations with the capability to alternately scan paper-based surveys that capture student reactions to the course. Surveys will capture data related to course, instructor, and environment satisfaction. Surveys will be flexible in design to accommodate several types of courses. Deliverables: The vendor shall deliver monthly reports that include an analysis of the data. The vendor shall provide real-time online access to download raw data in a non-proprietary format and a view of dashboard of summary results, sortable by user defined categories. 1b. Level 2- Measure: Learning- The vendor shall perform Level 2 evaluations that capture pre and post assessment data that evaluate the degree to which learning has occurred. Pre assessment data will be made available to the instructor and VA Acquisition Academy (VAAA) prior to class. Post assessment data will be made available to the VAAA. Deliverables: The vendor shall deliver monthly reports that include an analysis of the data. The vendor shall provide real-time online access to download raw data in a non-proprietary format and a view of dashboard of summary results, sortable by user defined categories. 1c. Level 3- Measure: Transfer/Behavior Change- The vendor shall perform Level 3 evaluations of student behavior that demonstrates learning transferred to their job performance. The vendor shall perform follow-up evaluations at 3, 6, and 9 month intervals. The vendor will make contact with 100% of the students and supervisors. The 3 month interval requires a minimum 50% response from the students and supervisors. The 6 month interval requires a minimum 40% response from the students and supervisors. The 9 month interval requires 25% response from the students and supervisors. Deliverables: The vendor shall deliver monthly reports that include an analysis of the data. The vendor shall provide real-time online access to download raw data in a non-proprietary format and a view of dashboard of summary results, sortable by user defined categories. CONTRACTOR EXPERIENCE REQUIREMENTS KEY PERSONNEL The key personnel listed below are considered essential by the Government and to the work being performed under the task orders awarded under the IDIQ, and shall not be replaced or substituted without prior notice to the Contracting Officer Key personnel proposed for the IDIQ and task orders under it must be current employees of the contractor, have signed letters of commitment for employment with the contractor for the task order's period of performance or have signed subcontracting agreements with the contractor for the task order's period of performance. The key personnel assigned to or utilized by the Contractor in the performance of a task order must be accessible by the Government during the hours of 6 a.m. through 6 p.m. EST, Monday through Friday (except holidays). The Contractor shall propose any/all labor categories to include key personnel necessary to accomplish the requirements of a task order issued under the IDIQ. The following personnel will be considered key personnel: -Instructional Systems Designers -Training Specialists -Program Manager/Lead Individual task orders may identify specific additional key personnel requirements. Table 3- Labor Categories, Minimum Requirement, and Program Definitions 1.Title: Program Manager- Minimum experience: Four years experience as project lead or in program management roles for a professional course of instruction leading to a professional certification, or college credit in a professional field. One year must be experience in curriculum and instruction, educational technology, and course development. Minimum education: BA/BS in related field. Functional Responsibility: Performs Program Management of the effort. 2.Title: Subject Matter Expert- Minimum experience: 12 years of directly related experience in the subject matter being taught or in the specific discipline required for the project/task order. Minimum education: BA/BS in subject matter or related area or professional certification in subject matter. Functional Responsibility: Performs studies, consulting, or execution of projects requiring subject matter expertise in a given discipline. 3.Title: Training Technician- Minimum experience: 1 year Minimum education: None required Functional Responsibility: Provides low level instructional related support to technical and management-level personnel. 4.Title: Technical Writer- Minimum experience: 2 Years of related experience. Minimum education: Related Bachelors degree. Functional Responsibility: Gathers, organizes, analyzes and composes technical information. Edits functional descriptions, system specifications, user manuals, special reports or any other customer deliverables and documents. 5.Title: Training Specialist- Minimum experience: 4 years related experience Minimum education: Related Bachelors degree. Functional Responsibility: Conducts the research necessary to develop and revise training programs. Develops and revises these training programs and prepares appropriate documentation. Conducts training evaluations. 6.Title: Instructional Systems Designer Minimum experience: 6 years instructional design experience. Minimum education: Education Bachelors degree; or BA/BS in curriculum and instruction with related coursework post secondary education or professional education. Functional Responsibility: Conduct Instructional System Design (ISD) and analysis. Reviews training development for adherence to program design elements. Designs and develops training program evaluation programs. Note: the Government is the final arbiter of relevant education or experience for a requirement. The government intends to award a Firm-Fixed Price Indefinite Delivery/Indefinite Quantity type contract in accordance with FAR 12 and 15 for Commercial and Negotiated acquisition procedures. The anticipated period of performance is for a term of five (5) years. 12. Place of Contract Performance: Performance will be predominantly at the VA Acquisition Academy (VAAA) in Frederick, MD. There will be no reimbursement for local travel within the Washington, DC metro area. 13. Set Aside: This acquisition will be negotiated on a total SDVOSB small business set-aside basis. 14. Transmittal: All responsible sources may submit a proposal which shall be considered by VA. This solicitation and any subsequent amendments will be posted to the FBO website: https://www.fbo.gov/. It is anticipated that the solicitation will be posted to the FBO website on or about October 21, 2010 with proposals due by November 11, 2010. Interested persons may identify their interest and capability to respond to the requirement or submit proposals prior to offer due date. Additional Info: Department of Veterans Affairs Home Page Contracting Office Address: Center Acquisition Innovation Frederick Department of Veterans Affairs 7485 New Horizon Way Frederick MD 21703 Place of Performance: VA Acquisition Academy Department of Veterans Affairs 7485 New Horizon Way Frederick, MD 21703 US Point of Contact(s): Primary: Russell.Grabill@va.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/AFMLOVASS/VASSMD/VA79810RP0093/listing.html)
 
Record
SN02310113-W 20101015/101013234047-d7d8f0b79e13fdf256f263c4a0834052 (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.