Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 07, 2011 FBO #3543
SOLICITATION NOTICE

U -- Development and Instruction OF ADDIE Model Curriculum Development Phases - Statement of Work

Notice Date
8/5/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611699 — All Other Miscellaneous Schools and Instruction
 
Contracting Office
Department of Justice, Bureau of Alcohol, Tobacco and Firearms (ATF), Administrative Programs Division (APD), 99 New York Avenue, NE, 3rd Floor - Acquisitions, Washington, District of Columbia, 20226
 
ZIP Code
20226
 
Solicitation Number
11ALSM00991
 
Archive Date
8/30/2011
 
Point of Contact
James M. Huff, Phone: 202-648-9117
 
E-Mail Address
james.huff@atf.gov
(james.huff@atf.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Statement of Work for Development and Instruction OF ADDIE Model Curriculum Development Phases The U.S. Department of Justice, Bureau of Alcohol, Tobacco, Firearms and Explosives (ATF), is soliciting proposals for the Development and Instruction OF ADDIE Model Curriculum Development Phases. Personnel attending the class include training supervisors, training administrators, and subject matter experts from a variety of occupations: Special Agents, Industry Operations Investigators, Management Analysts, and others. Typical areas of expertise include criminal investigation, explosives investigation, arson investigation, firearms trafficking, firearms identification, explosives and arson canine handling, and more. The attendees will have little or no background in formal curriculum development. Proposal Submission Times: The overall performance period will be for one year from the date the contract is awarded with the first class to be delivered within three (3) months from the award date. Upon ATF's discretion, this period of performance may be extended if delays occur in the availability of ATF subject matter experts, acquisition of necessary ATF furnished resources, or in ATF review of deliverables. The following Federal Acquisition Regulation (FAR) clauses and provisions are incorporated and are to remain in full force and effect: FAR 52.212-1, Instructions to Offerors - Commercial Items; 52.212-2, Evaluation - Commercial Items and FAR 52.212-4, Contract Terms and Conditions - Commercial Items Required to Implement Statutes or Executive Orders - Commercial. This requirement is a 100% small business set aside, however, if the government does not receive responses from small businesses, other businesses will be considered. The NAICS is 611699. Each offeror must include a completed copy of the provision at FAR 52.212-3, Offeror Representation and Certification - Commercial Items and 52.209 Certification of Regarding Responsibility Matters with its proposal. A copy of the Offeror Representations and Certifications-Commercial Items, FAR 52.212-3 and 52.209 Certification of Regarding Responsibility Matters can be found at https://www.learnatf.gov/customcontent/ATF/Documents/52 212-3RepsCerts.doc.. The representations and certifications must be included with the offeror's proposal and the fill-in entries must be completed in order for the offer to be eligible; those that are not applicable should be annotated by entering "N/A". QUALIFICATIONS, EVALUATION AND SELECTION Offerors should refer to the Assumptions and Constraints section of the Statement of Work, which should be accessed through this Announcement. These include numerous requirements, such as willingness for drug testing, not having criminal convictions for several types of offenses, ability to pass background checks, etc. The proposal evaluation criteria are fully described in Section 5.0 of the Statement of Work. The factors and sub-factors, in descending order of importance, for evaluating proposals are: 1. Technical Capability a. Qualifications b. Ability to Provide Continuing Education Credits c. Ability to Incorporate ATF SOPs on Curriculum Development d. Ability to Incorporate ATF Specific Examples, Templates, and Exercises 2. Past Performance/References 3. Cost/Price Point of Contact Proposals are to be sent via email to Jim Huff, Contract Specialist, at the following email address: James.Huff@atf.gov. Submissions by FAX or mail will not be accepted. Questions of a contractual nature should be addressed to Mr. James Huff, Contracting Officer to James.Huff@atf.gov, 202-648-9117. Questions of a technical nature may be addressed to Mr. Gustav Jakowitsch, Gustav.Jakowitsch@atf.gov, Instructional Systems Specialist, Learning Systems Management Division (202)-648-8386.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/BATF/APMD/11ALSM00991/listing.html)
 
Place of Performance
Address: 99 New York Avenue NE, Washington, District of Columbia, 20226, United States
Zip Code: 20226
 
Record
SN02524396-W 20110807/110805235639-2c73effbd59a69a5162be002b90dde2d (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.