Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 13, 2012 FBO #3854
SOLICITATION NOTICE

U -- SERVICES - TRAINING - REQUEST FOR PROPOSAL - CLAUSES - PRICE SHEET

Notice Date
6/11/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611430 — Professional and Management Development Training
 
Contracting Office
Court Services and Offender Supervision Agency, D. C. Pre-Trial Services Agency, Finance and Administration, 633 Indiana Avenue, NW, Suite 1120, Washington, District of Columbia, 20004
 
ZIP Code
20004
 
Solicitation Number
ACQ-SATTP-THEORIES-RD
 
Point of Contact
Rachel Dobbs,
 
E-Mail Address
rachel.dobbs@psa.gov
(rachel.dobbs@psa.gov)
 
Small Business Set-Aside
N/A
 
Description
PRICE SHEET CLAUSES STATEMENT OF WORK This is a combined synopsis/solicitation for commercial services prepared in accordance with Subpart 12.6 as supplemented with additional information contained in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation ACQ-SATTP-THEORIES-RD issued as a Request for Proposal (RFP). The complete statement of work is available in this solicitation. This is 100% set aside for small business concerns. The Pretrial Services Agency for the District of Columbia (PSA) in Washington, requires the services of a Trainer for Theories of Counseling. This requirement is for non-personal services and is not a personnel appointment. The PSA intends to award a Firm Fixed Price contract. The contract period of performance will start for one month from date of award. The Government reserves the right to make multiple awards. The Contractor must provide services in accordance with the Statement of Work and the solicitation/contract. The North American Industry Classification System (NAICS) code is 611430 and the applicable size standard is $7.0M. Introduction The Pretrial Services Agency for the District of Columbia (PSA) is a federal executive branch investigation and supervision agency for adult defendants who are released into the community while awaiting disposition of their case(s) in both the D.C. Superior Court and U.S. District Court. Pretrial Services is an independent entity under the umbrella of the Court Services and Offender Supervision Agency (CSOSA). CSOSA is responsible for providing community supervision to offenders who have been released on probation or parole for local offenses. PSA works closely with CSOSA to provide quality community supervision of adult defendants and offenders to assure their appearance at court hearings when required and the safety of the community. The Pretrial Services Agency Training and Career Development the training is being offered as a part of PSA's Substance Abuse Treatment Training Program (SATTP). SATTP includes 12 substance abuse related training aimed at assisting Agency employees in acquiring the skills needed to work with substance dependant defendants. SATTP is also used to help employees earn substance abuse credit hours needed for certification exam and re-certification of currently certified or licensed substance abuse professionals who are PSA employees as well. The class will include up to 25 PSA employees, although the Agency reserves the right to include employees from other government agencies. This particular training will teach employees the theoretical knowledge that supports traditional counseling and psychotherapy and the skills and abilities needed to provide counseling. 1. Personnel 1.1 The Contractor shall be qualified and experienced professional (s) who is/are certified Trainer) as specified herein. The Contractor must have excellent interpersonal and communication (verbal, non-verbal and written) skills, as well as possess a seasoned knowledge of the required class in Theories of Counseling. 1.2 The Contractor shall have no pending felony charges, nor prior criminal record of felony convictions and/or criminal justice supervision for the past ten (10) years. The Contractor must communicate any felony arrests or other related charges in criminal justice status to the Government within two (2) business days of any change in status. 1.3 Prior to, at award and throughout the life of the contract, the Contractor shall have no current, previous or pending professional suspension or revocation of certification; or other disciplinary action related to professional misconduct, malpractice, or ethical violations. 1.4 The Contractor shall remain knowledgeable of PSA and CSOSA contract requirements and have a copy of the Statement of Work readily available when its presentation is requested. 2. Description of Services 2.1 The Contractor shall provide hourly training services to Pretrial Service Officers (PSO) as described below. 2.2 The Contractor shall provide a maximum of Twenty six (26) hours for one month. These 26-hours must be spread out over the month of August. The final dates and exact hours of the training will be determined after award of the contract. Any change of hours or days will be negotiated between the Government and the Contractor. 3. Training Objectives Goal- The course should provide participants with the theoretical knowledge that supports traditional substance abuse and addiction counseling and psychotherapy and the skills needed to provide them. Applying these approaches when working with substance abusers and those with co-occurring mental health disorders must be emphasized. The course must offer diverse approaches and interventions for dealing with psychological, emotional, relationship, and adjustment problems. This course must include the participants writing a case study combining the theoretical approach of their choice using at least one established therapeutic model. The class must be taught to prepare the participants to take a nationally recognized substance abuse certification exam. By the end of this session, participants should be able to: Objective 1 - Understand, compare and contrast the major theoretical approaches. Objective 2 - Identify and define key therapeutic terms and relate them to the appropriate theory. Objective 3 - Develop a theoretical approach of their choice using at least one established therapeutic model. Objective 4 - Determine the appropriate theory of counseling to use in various clinical settings, such as one-on-one individual counseling, group counseling, clinical staffing, etc. Objective 5- Identify and discuss various theories of counseling to include: Psychoanalytic, Behaviorism, Adlerian Counseling and Psychotherapy, Existential, Person-Centered, Gestalt, Cognitive-Behavioral and Family-Systems, Rational Emotive Behavior Therapy, Reality Therapy, solution-focused and other brief therapies. 4. Service Requirements 4.1 The Contractor's services shall be provided at the following District of Columbia location: 633 Indiana Avenue, NW. The Government may designate other District of Columbia locations at any time. 4.2 The Contractor shall not perform work at Government facilities on Federal holidays or other non-negotiated work days without prior written approval. The ten (10) holidays observed by the Federal Government are: New Year's Day, Martin Luther King's Birthday, Washington's Birthday, Memorial Day, Independence Day, Labor Day, Columbus Day, Veterans Day, Thanksgiving, and Christmas. 5.0 Technical Requirements 5.1 Instruction shall include opportunities for experiential as well as theoretical learning, exposing the employees to skills that can be immediately practiced and developed over time, for use with substance abuse dependant defendants.  Because adult learning theory suggests that individuals have different learning styles, various instructional strategies shall be employed to teach content. Group work, practice exercises and other interactive instruction shall be utilized whenever possible in order to allow for deep learning.  Contractors should use a various visual aides to present the training, preferably PowerPoint.  Contractors shall use PSA Training and Career Development Center Level 1 evaluation tools in place of their own.  All training must be in compliance with Section 624 of the Treasury, Postal Service and General Government Appropriations Act of 1997 which "Prohibits...employee training...containing [the following] elements: (1) inducing high emotional or psychological stress; (2) associated with religious, quasi-religious, or "new age" belief systems; (3) offensive to, or designed to change, participants' personal values or lifestyle; or (4) related to human immunodeficiency virus (HIV) or acquired immune deficiency syndrome (AIDS) other than that necessary for specified purposes." The Contractor shall submit a proposal for review and approval that includes the following: Total cost, (Travel is honored only if it is stated in a GSA contract), if applicable; Training title; An overview and detailed description of the class; Any materials/handouts to be used in the training (if all material is not available at the time the proposal is submitted, at least five sample pages must be provided for evaluative purposes); An outline of experiential learning opportunities to be employed and a description of how the learning opportunities connect to the goal(s) and objective(s); An indication of vendor's availability to train class during the month of August An indication that the training being provided to Pretrial Services Agency has been approved by the aforementioned boards and if so, which one (s). Note: Failure to provide all of requested items may result in an unfavorable rating of proposal. 6. Instructions to Offerors: 6.1 A streamlined best value award process shall be used for evaluation of the proposals, and the award will be made on the basis of the proposal that provides the best value to the government considering price and other factors while meeting or exceeding the acceptability standards. The Government reserves the right to award without discussions. Proposal shall be evaluated on lowest price, technical acceptable (LPTA) in that order of importance. 6.2 Contractor must present verification that one of the following local or national certifications boards has approved the training to be provided:  District of Columbia Certification Board for Professional Alcohol and Drug Counselors  National Associations for Addiction Professionals  International Certification & Reciprocity Consortium Proposal pages shall be 8.5 x 11 inches; single spaced with at least one (1) inch margin on top, bottom, left and right, and printed head-to-foot. The font size shall be no less than Times New Roman 12 point. 6.3 The offeror shall include all sections of the proposal in a binder with labeled tabs identifying each section of the proposal. The offeror shall submit one copy of the entire proposal 6.4 The proposal sections and sub-sections and related content are herby identified: 1. Contract and Associated Information 1B. Copies of Certifications and Diplomas 1C. Financial Reference Form - 2. Technical 2A. Offeror to address statement of work requirements 3. Past Performance 3A. Offeror to provide past performance information 4. Price 4A. Contract Pricing - 6.5 The offeror shall provide the resume/s of employees similar to those who will be providing on-site services. If the offeror is successful and receives a contract award, the resume/s submitted with the proposal will establish the standard that must be met for any replacement personnel for the life of the contract. Replacement personnel will have at a minimum the same level of experience and certifications as those submitted with the technical proposal submittal and accepted for award by the Government. 6.7 Any requirements in this solicitation that will not be met as described precisely in the solicitation must be clearly stated in the proposal as an exception to the requirements. 6.8 Offerors should highlight any proposal to make enhancements or modifications of any kind to the outlined services, service delivery structure, or service delivery schedule. 6.9 Offerors will indicate specifically how many practitioners will be utilized; and how the labor will be divided. 6.10 Offerors shall document three (3) of the most recent and relevant past and present contracts performed for Federal agencies and commercial customers within the last three (3) years. 6.10.1 The following detail information shall be provided for each past performance reference: (1) Company name (2) Service provided (3) Contracting Officer Name and Phone Number (4) Contract Number (5) Contract Dollar Amount (6) Period of Performance 7. Pricing: 7.1 Offerors shall submit a completed copy of Attachment 1 - Contract Pricing as part of their proposal submission. 8. Proposal Submission 8.1 Proposals shall be submitted in hard copy only - no faxes or electronic transmissions will be accepted. Proposals shall be sent via mail or overnight carrier and must be received on or by the deadline of 10:00 a.m.. local time on June 19, 2012. Late proposals shall not be considered under any circumstances. 8.2 Proposals shall be sent to the following address and point of contact: Contract Specialist, Rachel Dobbs, D.C. Pretrial Services Agency, 633 Indiana Avenue, NW, Suite 1163, Washington, DC 20004. 9.0 Award: Award will be made to the offeror whose quote conforms to the requirements of the solicitation and offers the best value to the government considering price and other factors.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/CSOSA/DCTSA/WashingtonDC/ACQ-SATTP-THEORIES-RD/listing.html)
 
Place of Performance
Address: 633 INDIANA AVE., NW, WASHINGTON, DC 20004, United States
Zip Code: 20004
 
Record
SN02771850-W 20120613/120611234900-4e5a6c2661cf237f1d9e8486fd36f239 (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.