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 -- TRAINING SERVICES FOR PRETRIAL SERVICES AGENCY - STATEMENT OF WORK HUMAN DEVELOPMENT TRAINING - 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-2012HDSATTP-RD
 
Point of Contact
Rachel Dobbs, Phone: 202-220-5657
 
E-Mail Address
rachel.dobbs@psa.gov
(rachel.dobbs@psa.gov)
 
Small Business Set-Aside
N/A
 
Description
CLAUSES VENDOR MUST FILL OUT PRICING SHEET - ATTACHED AND RETURN WITH PACKAGE REQUEST FOR PROPOSAL 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-2012HDSATTP-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 (PSA) for the District of Columbia, requires the services of a Trainer for Human Development. 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. I. Introduction The PSA Training and Career Development Center is the primary developer of this statement of work. This training is being offered as part of PSA's Substance Abuse Treatment Training Program (SATTP). SATTP includes 12 substance abuse related trainings aimed at assisting Agency employees in acquiring the skills needed to work with substance dependent defendants. SATTP is also used to help employees earn the substance abuse training hours needed to sit for the substance abuse certification exam. Employees wishing to maintain their professional substance abuse certification will benefit from the SATTP as well. This particular training should teach employees about human development across the lifespan, with special emphasis on and how development may be impacted by alcohol and other drug abuse/addiction. The class will include up to 25 PSA employees, although the Agency reserves the right to include employees from other government agencies. II. Scope This training is to take place at a PSA training facility in June, July and/or August of 2012. The training must be a total of 24-hours in length. The final dates and exact hours of the training will be determined upon award of the contract. After having attended this class, participants should be well prepared to answer human development-related questions on a nationally recognized substance abuse certification exam. III. Training Objectives Goal - The goal is to provide participants with information about the stages of physical, emotional, psychological, social, spiritual, and cognitive development across the human life span. This class should include information on how the use, abuse, and addiction to alcohol and other drugs potentially impact all stages of human development. By the end of this session, participants should be able to: Objective 1 - Understand and distinguish between the major theories of human development (e.g. psychoanalytic, learning, humanistic, cognitive, etc.) Objective 2 - Identify the life-span developmental process Objective 3 - Recognize the various periods of human development to include prenatal, infancy, childhood, adolescence; young, middle, and older adulthood Objective 4 - Explain the physical, emotional, cognitive and social functions of each developmental stage Objective 5 - List how family dynamics, heredity, environment, and other factors influence human development Objective 6 - Identify and be able to elaborate upon the impact of alcohol and other drugs at each stage of human development IV. Technical Requirements o 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 dependent defendants. o 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. o Vendor should use various visual aides to present the training, including the incorporation of PowerPoint or similar presentation media. o Vendor is responsible for providing any and all workbooks/handouts to up to 25 participants. Participant materials should be professionally printed with no grammatical errors or typos. o Vendor shall use PSA Training and Career Development Center post training evaluation tool in place of their own. o 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." V. Verification that one of the following local or national certification boards has approved the training is preferred, but not required: National Association of Alcoholism and Drug Abuse Counselors International Certification and Reciprocity Consortium District of Columbia Addiction Professional Consortium National Associations for Addiction Professionals VI. The Contractor shall submit a proposal for review and approval that includes the following: Total cost, including any travel, if applicable MUST be included in price; 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); Three references that demonstrate experience delivering related trainings, preferably one from the Federal government. An indication of vendor's availability to train class in the months of, June, July, and/or August of 2012. A copy of resumes for all possible instructors. An indication if the training being provided to PSA has been approved by the aforementioned boards and if so, which one (s). Failure to provide all of requested items may result in an unfavorable rating of proposal or may be considered NON RESPONSIVE. VII. Deliverables The contractor shall deliver: Any and all workbooks/handouts on or before the training, professionally printed, grammatically correct and with no typos. All contracted classes, to be delivered at a facility in the District of Columbia, to be provided by the Government. The training must take place in June, July and/or August of 2012. Training that complies with contractual obligations. VIII. Service Requirements The Contractor's services shall be provided at the following District of Columbia location: 633 Indiana Avenue, NW. The Government may designate other locations in the District of Columbia at any time. 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 VI. Instructions to Offerors: 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 technical, past performance and price in that order of importance. 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. 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 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 - 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. 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. Offerors should highlight any proposal to make enhancements or modifications of any kind to the outlined services, service delivery structure, or service delivery schedule. Offerors will indicate specifically how many practitioners will be utilized; and how the labor will be divided. 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. 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 VII. Pricing: Offerors shall submit a completed copy of Attachment 1 - Contract Pricing (SF 1449) as part of their proposal submission. VIII. Proposal Submission Proposals shall be submitted in the following formats  Overnight  Regular mail  Scanned Due to volume size NO FAX will be accepted ALL PROPOSAL must be received on or by the deadline of 9:00 a.m.. local time on June 18, 2012. Late proposals shall not be considered, under any circumstances. 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. IX. 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-2012HDSATTP-RD /listing.html)
 
Place of Performance
Address: 633 INDIANA AVE., NW, WASHINGTON, DC 2004, United States
 
Record
SN02771919-W 20120613/120611234946-da965699228e9fa8272f7d064b1426eb (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.