Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 27, 2011 FBO #3563
MODIFICATION

U -- DAU equivalency courses

Notice Date
8/25/2011
 
Notice Type
Modification/Amendment
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
Department of the Treasury, Internal Revenue Service (IRS), National Office Procurement (OS:A:P), 6009 Oxon Hill Road, Suite 500, Oxon Hill, Maryland, 20745
 
ZIP Code
20745
 
Solicitation Number
TIRNO-11-R-00041
 
Archive Date
9/13/2011
 
Point of Contact
Daniel K Higgins, Phone: 202-283-6383
 
E-Mail Address
daniel.k.higgins@irs.gov
(daniel.k.higgins@irs.gov)
 
Small Business Set-Aside
N/A
 
Description
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. Solicitation TIRNO-11-R-00041 is issued as a Request for Proposals (RFP) with the evaluation and award prescribed in FAR Part 13 "Simplified Acquisition Procedures." The solicitation document and incorporated provisions are those that are in effect through Federal Acquisition Circular 05-38. The associated North American Industry Classification System (NAICS) code is 541611. The Internal Revenue Service (IRS) Treasury Acquisition Institute (TAI) has a requirement for cost-effective training solutions to ensure that members of the acquisition workforce receive the mandatory training and continuous learning in OFPP Policy 05-01 and Treasury AB No. 07-05. The contractor shall provide an instructor-led Defense Acquisition University (DAU)-equivalent, instructor-led, classroom-based mandatory contracting training in accordance with the Federal Acquisition Certification in Contracting (FAC-C) levels 1, 2, and 3 as follows: Level 1: CON 110 - Mission Support Planning (Jan 9 - Jan 13, 2012); CON 111 - Mission Strategy Execution (Feb 13 - Feb 17, 2012); CON 112 - Mission Performance Assessment (March 19 - March 23, 2012) Level 2: CON 214 - Business Decisions for Contracting (2 four day sessions) = (Oct 24 - Oct 27, 2011) and (Jan 23 - Jan 26, 2012); CON 215 - Intermediate Contracting for Mission Support (Oct 31 - Nov 9, 2011); CON 216 - Legal Considerations in Contracting ( 2 four day sessions) = (Jan 9 - Jan 12, 2012) & (March 26 - March 29, 2012); CON 217 - Cost Analysis and Negotiation Techniques (2 five day sessions) = (Feb 6 - Feb 10, 2012) & (April 23 - April 27, 2012); CON 218 - Advanced Contracting for Mission Support (March 5 - March 16, 2012) Level 3: CON 353 - Advanced Business Solutions for Mission Support (April 2 - April 13, 2012) designed for on-site presentation at TAI at 6009 Oxon Hill Road, Oxon Hill, MD 20745. DAU Equivalencies must be documented on the DAU Equivalency Program Page: http://www.dau.mil/learning/appg.aspx Training Courses will take place Monday - Friday from 8:30am - 4:00pm A note to inclement weather: TAI is under the Federal Government Operating Status in Washington, DC, Area. Status may be checked at http://www.opm.gov/status/. Instructors are strongly encouraged to monitor their local news media (e.g., radio, television, newspaper) and to visit the OPM website cited above for Federal operating status in the Washington, DC area and around the country. In addition, employees can obtain the daily operating status of any IRS location during a crisis or emergency by calling 1-866-743-5748 and selecting option 3. Use 1-800-877-8339 for TTY access (Federal Relay service) Each class shall accommodate up to 30 students. Period of Performance for this order will be September 1, 2011 - August 31, 2012. Period of Performance will include time for the contractor to submit draft course materials for review by TAI staff, as well as delivery of each of the courses as listed above. TAI will supply a training room, to comfortably accommodate participants in table groups to include: a head table, podium, and chair for the instructor; a black/white board, chalk (or markers), and erasers; a flipchart easel, pad, and markers; and an overhead projector and screen. TAI will supply a computer lab to comfortably accommodate participants to include one computer per student and instructor, podium, a black/white board, chalk (or markers), and erasers; a flipchart easel, pad, and markers; and an overhead projector and screen. TAI will provide advanced copies of tentative rosters two weeks before the scheduled class and provide a final roster on the first day of class. The instructor shall ensure that the roster is signed and initialed daily by each student in attendance. Copies of the completed roster shall be submitted with the invoice. The Contractor shall provide all course materials necessary to conduct the class including name, writing utensils (e.g., pens, pencils, highlighters, etc.). All course materials shall be shipped to the place of performance and addressed to a TAI representative no later than 3 business days before the start of class unless the instructor(s) bring(s) all materials the morning of the first day of class. The contractor shall be responsible for removing, packing and shipping any extra course materials. The Contractor shall accommodate visually impaired individuals by providing all course materials (training manuals, handouts, quizzes, exams, etc.) in accessible formats. TAI will provide advanced notification of these special needs. The Contractor will provide resumes for all instructors to be reviewed and approved by TAI's Chief Learning Officer no later than 30 days prior to the start date of the course. The Contractor, where applicable, will provide all pre-course work assignments to participants no later than 30 days prior to the start date of the course. The Contractor will provide Certificates of Course Completion to each participant on the last day of class; certificates not distributed on the last day (due to late enrollment, etc.) shall be mailed directly to the participant no later than 30 days after the last day of the class. At a minimum, all certificates of course completion shall contain the exact title of the DAU course equivalency, the name of the vendor issuing the equivalency, the course dates and the number of continuous learning points (CLPs)/hours of training credit issued. And all copies of completed roster/attendance sheets and course evaluations will be left with a member of the TAI staff on the last day of class, at the end of the class. The Government shall use past performance as incentives. Incentives shall be based on exceeding, meeting, or not meeting performance standards. The primary method of contractor surveillance shall be customer satisfaction. Classroom training shall be evaluated by training participants. Evaluations shall consider timeliness; effectiveness and demonstrated knowledge of the instructor; course objectives and usefulness of content; and quality of the course materials. Evaluations shall be averaged over the contract performance for an overall performance level. A satisfactory rating on a scale of 1 to 5 shall be 3 or better. A satisfactory rating on a scale of 1 to 10 shall be 5 or better. A satisfactory rating on a scale of 1 to 20 shall be 9 or better. Unsatisfactory past performance may affect decisions to exercise options or make future contract awards. The provisions at FAR 52.212-1, Instructions to offerors - Commercial, apply to this acquisition. Offerors shall include a fully executed copy of FAR provisions at 52.212-3, Offeror Representations and Certifications - Commercial Items, with their offer. FAR Clauses 52.212-4, Contract Terms and Conditions - Commercial Items, and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Order - Commercial Items apply to this acquisition. Per 12.603(b) the SF 1449 is not used. FAR Clauses 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers with Disabilities and 52.232-33, Payment of Electronic Funds Transfer - Central Contractor Registration. Offerors not in possession of the above referenced clauses and provisions in full text may obtain a copy via the internet at http://www.arnet.gov or by contacting the contract specialist. The Government intends to award a firm fixed price order. Award is anticipated under Simplified Acquisition procedures and will be based on best value to the Government, taking price and past performance on similar jobs into consideration. All responsible sources who can provide the above requirement shall submit a quote via email no later than 5 calendar days from the posted date of this announcement. All proposals shall include a schedule by Task and shall include the planned start and completion dates. All proposals must include price per item, GSA Schedule number, if applicable, 3 references from work similar to this requirement performed by your company (Organization you have done the work for, dates, and contact information), payment terms, delivery time, a contact person (name & phone number), business size, and DUN's number. Requests for on-site visits and quotes shall be emailed to Daniel.K.Higgins@irs.gov. All Treasury contractors are required to be registered in the DOD Central Contractor Registration (CCR) database prior to receipt of award. All questions shall be referred to Daniel Higgins, Contract Specialist, (202)283-6383.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/TREAS/IRS/NOPAP/TIRNO-11-R-00041 /listing.html)
 
Place of Performance
Address: 6009 Oxon Hill Road, Oxon Hill, Maryland, 20745, United States
Zip Code: 20745
 
Record
SN02549032-W 20110827/110825235341-6fd6ec063614a220f46efa5aa163aafb (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.