SOLICITATION NOTICE
U -- Business Writing for Results Training
- Notice Date
- 2/25/2021 11:00:13 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 611430
— Professional and Management Development Training
- Contracting Office
- NSWC INDIAN HEAD EOD TECH DIV INDIAN HEAD MD 20640-1533 USA
- ZIP Code
- 20640-1533
- Solicitation Number
- N0017421R0044
- Response Due
- 3/12/2021 2:00:00 PM
- Archive Date
- 03/27/2021
- Point of Contact
- Lois Taylor, Phone: 3017446687
- E-Mail Address
-
lois.m.taylor1@navy.mil
(lois.m.taylor1@navy.mil)
- 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. The solicitation number for this procurement is N00174-21-R-0044 and this is a Request For Quotation (RFQ). A statement that the solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-77. This announcement will be issued as a combined synopsis/solicitation.� The anticipated award will be a Firm Fixed Price Contract; the award will be made based on the lowest price. The North American Industry Classification System (NAICS) code is 611430. �The SB size standard for this code is $12,000,000.00. CLIN0001 � Base Year � Business Writing for Results, Virtual (per below Statement of Work) ������������������������������������������ -1 day( 8 hours) � up to 2 courses per year CLIN0002 � Option Year I - Business Writing for Results, Classroom (per below Statement of Work) ������������������������������������������ -1 day( 8 hours) � up to 2 courses per year CLIN0003 � Option Year I � Travel, Not-to-Exceed 2 days per year (per below Statement of Work) CLIN0004 � Option Year II - Business Writing for Results, Classroom (per below Statement of Work) ������������������������������������������ -1 day( 8 hours) � up to 2 courses per year CLIN0005 � Option Year II � Travel, Not-to-Exceed 2 days per year (per below Statement of Work) CLIN0006 � Option Year III - Business Writing for Results, Classroom (per below Statement of Work) ������������������������������������������ -1 day( 8 hours) � up to 2 courses per year CLIN0007 � Option Year III � Travel, Not-to-Exceed 2 days per year (per below Statement of Work) CLIN0008 � Option Year IV - Business Writing for Results, Classroom (per below Statement of Work) ������������������������������������������ -1 day( 8 hours) � up to 2 courses per year CLIN0009 - Option Year IV � Travel, Not-to-Exceed 2 days per year (per below Statement of Work) All items shall be delivered FOB Destination. Provision at FAR 52.212-1, Instruction to Offerors Commercial Items applies to this acquisition. The following addenda is provided to this provision: Request for Quotation should be submitted and shall contain the following information: Solicitation Number; Time Specified for receipt of offers; Name; Address; Telephone Number of Offeror; Terms of the expressed warranty; Price, Payment terms, Any discount terms, F.O.B. destination, CAGE code, DUNS number, Tax ID number and acknowledgement of all solicitation amendments. Quotes must indicate quantity, unit price and total amount. Offerors that fail to furnish the required information, or reject the terms and conditions of the solicitation may be excluded from consideration. FAR 52.212-3 Alt 1 Offerors Representations and Certifications-Commercial Items; FAR 52.212-4 Contract terms and conditions-Commercial Items; FAR 52.252-1 Solicitation Provisions incorporated by reference; DFARS 252.204-7004 Central Contractor Registrations(52.204-7) Alternate A; FAR 52.222-50 Combating Trafficking in Persons; FAR 52.212-5 �Contract terms and Conditions required to implement statutes or executive orders-Commercial Items; �FAR 52.209-6 -- Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed FAR 52.211-6, Brand Name or Equal applies to this acquisition.; FAR 52.219-4 -- Notice of Price Evaluation Preference for HUBZone Small Business Concerns; FAR 52.219-6 Notice of Total Small Business Set-Aside; FAR 52.219-28 � Post-Award Small Business Program Representation; FAR 52.222-3 -- Convict Labor; FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies, FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.223-18 � Encouraging Contractor Policies to Ban Text Messaging While Driving; FAR 52.222-50 Combating Trafficking in Persons; FAR 52.225-13, Restrictions on Certain Foreign Purchases, FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. FAR 52.252-2 Clauses incorporated by reference; DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials; DFARS 252.212-7001 Contract terms and conditions required to implement statutes or executive orders applicable to Defense Acquisitions of commercial items, DFARS 252.225-7001 Buy American Act and Balance of Payments Program, DFARS 252.232-7003 Electronic Submission of Payment Requests. Statement of Work For Business Writing for Results Training BACKGROUND: The Naval Surface Warfare Center Indian Division (NSWC IHD) is committed to offering career enhancing training for its employees. The Workforce Development (WFD) Branch is responsible for coordinating employee training and career development opportunities. It is important for an employee to enhance their business writing abilities and skills to create documents that achieve results. The Business Writing for Results training will provide essential knowledge needed to improve written documents across the command. SCOPE OF WORK: The purpose of this training is to provide full service, instructor led Business Writing for Results training to a maximum of 30 Civilian Government employees per class. The training content should provide information explaining the importance of evaluating the audience, determining purpose, using strong writing strategies, and evaluating/modifying language use while using various editing and proofreading techniques. Creating documents with the knowledge and skills needed to confidently and effectively communicate and that achieve results is the goal of this training. The students shall learn to analyze each writing situation with a focus on purpose, reader, and context. Students will write effective explanations and instructions, using lists, headings, and graphics. Instruction shall include the process of writing convincing arguments, clearly stating your position and supporting it effectively. Students will be shown how to avoid logical fallacies in their writing and learn to spot them in messages that are received. Additional course topics should include but not be limited to: Ensuring that written documents reflect the �face� of the organization Analyzing the readers Meshing your goal with the reader�s goal Eliminating distractions, unnecessary words and how to get to the point Eliminate writer�s block and reduce writing time Proper grammar and mechanics to communicate by informing and persuading the audience How to communicate with employees, co-workers, customers, management and upper level management The power of the written word Ensure every word adds value Identify common misused words The differences between the active and passive voice Writing effective subject lines Use of headings, lists, bullets, numbering and graphics to communicate clearly and effectively Identify different types of sentences and sentences structures Ensure readability by writing with plain language to communicate clearly Write compelling arguments that call the reader to take action (if required) Use of persuasion effectively Use different types of appeals to convince readers Effectively organize results-oriented messages Foolproof techniques to edit and proofread according to the 5 �C�s� of effective communication � clarity, conciseness, correctness, completeness, and coherency The topics should apply to all document types (i.e. Business Reports, Executive Summaries, Emails, Letters, Instructions, and all other types of correspondence) DESCRIPTION OF REQUIRMENTS: The Business Writing for Results training shall provide employees with a better ability to write shorter documents while engaging the reader with an active voice. Students shall be instructed� to confidently prepare results-oriented documents by organizing information effectively in a timely manner. The training shall be held virtually using MS Teams or Adobe Connect in the base year (or until COVID restrictions are lifted) and on-site at a Government specified location for the additional contract years. The Contractor shall conduct the Business Writing for Results training at a minimum of one (1) but no more than two (2) times per year. Each course shall accommodate up to 30 employees. The length of the course should be one (1) day up to eight (8) hours and should offer the option for participants to join by remote access when required. Specific dates will be agreed upon by the Government Technical Point of Contact (TPOC) and the Contractor. The Contractor shall provide learning materials, which should consist of workbooks, handouts and quick reference guides, for each participant, up to 30 maximum per course in accordance with Contract Data Requirements List (CDRL) A001. LOCATION: The majority of the courses shall be conducted either virtually or on-site at NSWC IHD, Indian Head/Stump Neck, MD however, several courses during the full contract period of performance shall be offered virtually or onsite at our Picatinny, NJ location. The building locations are to be determined for each location. EVALUATIONS AND CERTIFICATIONS: The Contractor shall provide course evaluation forms/surveys at the end of each course, allowing participants to provide comments regarding the course and make recommendations for improvements (Contract Data Requirement List (CDRL) A001). The Contractor shall provide a summary of the information contained on the individual evaluation forms/surveys to the Government TPOC listed below upon completion of each course (CDRL A001). The Contractor shall deliver certificates to each participant upon completion of each course which state at a minimum; the name of each participant, course title, and the date the course was completed (CDRL A001). PERFORMANCE PERIOD: The Contractor shall have a curriculum ready to deliver training and services within 60 days of contract award date. The period of performance shall be for one (1) base year and four (4) option years. The base and each option year shall consist of 365 days. GOVERNMENT FURNISHED MATERIAL: The WFD Branch will provide all facilitation supplies for on-site instruction. Facilitation supplies include LCD projector, flip chart or dry erase board, and markers (if required). USE OF GOVERNMENT FACILITY: The Government is responsible for providing the facility to accommodate the students and training instruction for all on-site classes. SECURITY: The Contractor will ensure that all instructors are able to gain access to NSWC IHD and Picatinny locations to instruct the course. Instructors must be U.S. citizens and must present the required credentials to obtain access. 10.0� GOVERNMENT TPOC: Christine Rose, christine.rose@navy.mil, 301-744-1733. ����������������������������������������������������������������������� Points of contact: Contract Specialist/Administrator: Michelle Taylor, Civ, Telephone: (301) 744-6687 E-Mail: lois.m.taylor1@navy.mil IMPORTANT NOTICES: 1) RFQ submission must be in accordance with solicitation; 2) Offerors must be registered in the System for Award Management SAM to be eligible for award (Ref. DFARS 252.204-7004, Required Central contractor Registration); 3) All Amendments, if applicable, must be acknowledged; 4) Questions/clarification regarding this solicitation must be submitted via email to lois.m.taylor1@navy.mil by Thursday 04 March 2021 will be accepted. Response Time- Request for Quotation will be accepted not later than 1700 (5:00 p.m.) Eastern Standard Time on 12 March 2021. All quotes must be marked with RFQ number and title.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/4821ad0404054dff9dda4b4a52b45fa6/view)
- Place of Performance
- Address: Indian Head, MD 20640, USA
- Zip Code: 20640
- Country: USA
- Zip Code: 20640
- Record
- SN05926916-F 20210227/210225230106 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |