Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 11, 2014 FBO #4674
SOLICITATION NOTICE

U -- Equity and Empowerment Training Fort Vancouver National Historic Site

Notice Date
9/9/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611430 — Professional and Management Development Training
 
Contracting Office
Department of the Interior, National Park Service, NPS - All Offices, 12795 West Alameda Parkway, Post Office Box 25287, Denver, Colorado, 80225-0287
 
ZIP Code
80225-0287
 
Solicitation Number
P14PS02690
 
Archive Date
10/1/2014
 
Point of Contact
Barry Fetzer, Phone: (360) 854-7219
 
E-Mail Address
Barry_Fetzer@nps.gov
(Barry_Fetzer@nps.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulations (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This Request for Quotations (RFQ) and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 05-76. This Request for Quotations has been made available through www.FBO.gov to comply with the Small Business Act (15 U.S.C. 637(e)) and the Office of Federal Procurement Policy Act (41 U.S.C. 416), that requires contracting officers to disseminate information on proposed contract actions expected to exceed $15,000, but not expected to exceed $25,000. This action is set-aside for small businesses, NAICS 611430 (Professional and Management Development Training); with a small business size standard of $11 Million average annual gross receipts for the past three years. The National Park Service (NPS) encourages the participation of disadvantaged and women-owned businesses. The Government intends to issue a firm-fixed price contract to the responsible quoter whose total quote is the most advantageous for the Government, price and other factors considered. We reserve the right to cancel this RFQ. NPS will not pay for any costs related to responding to this RFQ. This solicitation requires registration with the System for Award Management (SAM) prior to award and pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov Background: National Park Service, Fort Vancouver, Develop and Implement Equity and Empowerment Training To effectively engage with underrepresented communities and collaborate with diverse individuals, NPS and partner staff must be provided appropriate training. Equity and empowerment are values that are critical to support relevancy in urban communities, recruitment of diverse employees and program participants, and an inclusive, supportive workplace. Currently, a formalized training program like this does not exist in the Pacific West Region, though pilot workshops have been offered. Project Description: The contractor shall develop and implement a training program that focuses on the development of critical thinking skills relative to race and culture, historical context, internal policies and practices, and systemic issues that impact the underlying mission for the NPS. Through development of a curriculum that can be used in an ongoing way for NPS, staff will increase their awareness of and skills to address institutional barriers, unconscious biases, and inequalities in access and opportunity. In addition, a portion will cover how the NPS and other land managing agencies are currently addressing these issues. The contractor will also lead four Equity and Empowerment training sessions for NPS staff and partners. Tasks to be Accomplished Through consultation with the National Park Service, the contractor will develop curriculum, produce a training manual, and implement four training sessions. Three of the training sessions will be held at Fort Vancouver National Historic Site and one at a location to be determined (either Seattle, Los Angeles, or Santa Monica). Specific tasks will include: Develop, test, and refine curriculum, and produce training manual for future NPS use Instruct key NPS staff in implementation of training manual Lead four (4) Equity and Empowerment Training sessions, three of them approximately six hours in duration, and one an abbreviated version of two hours. The initial training session shall function as a test of the curriculum and be held prior to finalizing the training manual. The abbreviated session will be for participants in an annual youth summit during the summer of 2015. All work performed shall comply with applicable laws, regulations and NPS policies and guidelines. Data and Materials to be Supplied by the National Park Service: Materials from and evaluation of pilot workshops. Materials to be Supplied by the Contractor: Contractor shall supply all necessary transportation, equipment, and supplies, including but not limited to: Travel expenses related to all training sessions (Travel costs shall not be paid in excess of FTR/JTR Travel rates). Training manual for future NPS use (10 hard copies and 1 digital copy). Training materials for four sessions. At the conclusion of the contract all data rights, as well as equipment and supplies purchased for this contract, become the property of the government and shall be delivered to Fort Vancouver National Historic Site. Schedule Initial meeting between NPS and contractor prior to September 30, 2014. Draft curriculum packet to be supplied to the National Park Service within 90 days of initial meeting. 10 business days are required for NPS review. Initial Equity and Empowerment Training session to be held at Fort Vancouver National Historic Site no later than May, 2015. Finalized curriculum packet (after mutual evaluation of initial training session) to be supplied to the National Park Service within 60 days of training evaluation. PRICE SCHEDULE Submit lump sum total and individual pricing for the four line items, as described herein, which includes. 1) Curriculum development, three drafts produced, initial, revised, and final after evaluation of initial training, 2) Training, three six hour sessions, 3) Travel, 4) All equipment, supplies, printing, and binding. EVALUATION FACTORS All eligible responsible sources may submit a quote which shall be considered by the agency, however contractors submitting quotations who have not completed the requirements stated above by the quotation due date, or by the time of award at the discretion of the Contracting Officer, will be considered either ineligible or non-responsive and will not be considered for award. Quotes received by the Government will be evaluated according to the following criteria and using the Simplified Acquisition Procedures in FAR Part 13. NPS will select the single quote that represents the best overall value to the government. Refer to FAR clause 52.212-2. 1) PRICE: Provide lump sum total and individual pricing for the four line items. 2) TECHNICAL: Experience developing and presenting curriculum of an exact or similar nature and experience working with underrepresented communities in an urban environment, provide a brief written narrative outlining experience and qualifications. 3) PAST PERFORMANCE: Include two past performance references with contact information for contracts similar to this requirement. INSTRUCTIONS TO QUOTERS (see also FAR clause 52.212-1) The deadline for receipt of quotes is September 16, 2014, at 1:00 pm. This document is the official combined synopsis solicitation as posted at www.FBO.gov. Amendments to the solicitation will be posted in the same manner and same place as the solicitation; it is the contractors responsibility to monitor the websites. Questions regarding this solicitation should be submitted in writing to barry_fetzer@nps.gov Phone requests for further information will not be honored. QUOTE CONTENTS Quotes may be submitted on letterhead or the Standard Form 1449, and must include, at a minimum: 1) Completed lump sum price schedule for Items 1, 2, 3, and 4; and any prompt payment discounts offered if applicable; 2) A brief written narrative outlining experience and qualifications; 3) Contractor remittance address and DUNS number; 4) Name, phone number, e-mail, and mailing address of your point of contact; 5) A statement that SAM registration and representations are complete and current; 6) Indication or your preferred payment method (MasterCard, or electronic funds transfer to the bank account identified in your SAM record); 7) Signature of official authorized to bind your organization; and 8) The submittals identified in this announcement. [Note that incomplete quotes may be found technically unacceptable and disqualified from further consideration, particularly if the Contractor does not include the items listed herein and the government is therefore unable to perform a meaningful evaluation of the quote.] CLAUSES Quoters must review and comply with the provisions and clauses listed below. Those clauses incorporated by reference can be viewed at www.acquisition.gov/far 1) FAR 52.212-1, Instructions to Offerors - Commercial Items; 2) FAR 52.212-2, Evaluation - Commercial Items (technical and past performance factors, when combined, are approximately equal to price); 3) FAR 52.212-3, Offeror Representations and Certifications Commercial Items (must be completed at www.SAM.gov); 4) FAR 52.212-4, Contract Terms and Conditions - Commercial Items; 5) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, with all paragraph (a) clauses incorporated; paragraph (b) clauses indicated by number 10, 14, 25, 29, 30, 31, 32, 33, 42, 43, 46, 52, and 54; and paragraph (e) clauses incorporated as applicable. 6) NPS local clause: Electronic Invoicing And Payment Requirements - Internet Payment Platform (IPP) (April 2013). Payment requests must be submitted electronically through the U.S. Department of the Treasury's Internet Payment Platform System (IPP; https://www.ipp.gov) unless the contractor elects payment by MasterCard. "Payment request" means any request for contract financing payment or invoice payment by the Contractor. To constitute a proper invoice, the payment request must comply with the requirements identified in the applicable Prompt Payment clause included in the contract, or the clause 52.212-4 Contract Terms and Conditions- Commercial Items included in commercial item contracts. The IPP website address is: https://www.ipp.gov. Under this contract, the following documents are required to be submitted as an attachment to the IPP invoice: Vendors standard invoice. The Contractor must use the IPP website to register access and use IPP for submitting requests for payment. The Contractor Government Business Point of Contact (as listed in www.SAM.gov record) will receive enrollment instructions via email from the Federal Reserve Bank of Boston (FRBB) prior to contract award or no later than 3 - 5 business days after the contract award date. Contractor assistance with enrollment can be obtained by contacting the IPP Production Helpdesk via email ippgroup@bos.frb.org or phone (866) 973-3131. If the Contractor is unable to comply with the requirement to use IPP for submitting invoices for payment, the Contractor must submit a waiver request in writing to the Contracting Officer with its proposal or quotation. FREQUENTLY ASKED QUESTIONS Q1: Can I fax or e-mail my quote? A1: Yes, if it is <10 pages to print and contains a signature; e-mail is preferred. The quoter bears full responsibility for on-time delivery of the quote to the Contracting Officer; there will be no relief given for undeliverable e-mails or faxes that aren't received in time. Scan and submit your quote by e-mail (preferred) to barry_fetzer@nps.gov or by fax to 360-856-1934 (Attn: Barry Fetzer) or mail it to U.S. Department of the Interior, North Cascades NPS Complex, Attn: Barry Fetzer, 810 State Route 20, Sedro-Woolley WA 98284. Q2: Do I have to register in SAM if I elect payment by MasterCard? A2: Yes. Regardless of payment method and prior to submission of a quote, you must: 1) Maintain a current record in the System for Award Management database (www.SAM.gov); and 2) Have completed the online submission of annual representations and certifications (www.SAM.gov). Contracting Office Address: National Park Service North Cascades NPS Complex 810 State Route 20 Sedro-Woolley WA 98284 US Point of Contact(s): Barry Fetzer
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/P14PS02690/listing.html)
 
Place of Performance
Address: Fort Vancouver National Historic Site, 612 East Reserve Street, Vancouver, Washington, 98661, United States
Zip Code: 98661
 
Record
SN03503252-W 20140911/140910001039-6433facbc673325a9a5014d19ed37106 (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.