Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JANUARY 9,1998 PSA#2008

Department of the Treasury, Internal Revenue Service, Midstates Procurement Operations Branch, 4050 Alpha Rd., 1800MSRO, Dallas, Texas 75244

U -- FEDERAL FINANCIAL MANAGEMENT TRAINING SOL TIRMS98R00003 DUE 013098 POC Contract Specialist, Linda Green, 972-308-1999 17. PART I. A. INTRODUCTION: This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in FAR Subpart 12.6 in conjunction with FAR Part 15, and 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. Request for Proposals (RFP) TIRMS-98-R-00003 incorporates FAR provisions and clauses in effect through Federal Acquisition Circular (FAC) 97-01. The Standard Industrial Classification (SIC) is 8299; the applicable size standard is $5.0 Million. This procurement is unrestricted, full and open; all responsible businesses may submit proposals which will be considered. The Government anticipates award of an Indefinite Quantity/Indefinite Delivery (ID/IQ), Firm-Fixed Price (FFP) contract for a base period from date of award through September 30, 1998, with four consecutive 12 month options. The Government may make awards to multiple vendors. B. REQUIREMENTS: The Internal Revenue Service (IRS), Corporate Education Finance Group, requires Federal Financial Management Training in various locations throughout the United States. The training requested includes commercially available off-the-shelf courses taught to address the requirements of IRS finance personnel and includes incorporation of IRS-specific exercises and case studies. Course materials shall also be tailored, as applicable, to reflect the use of Lotus 1-2-3. Course curricula and performance development materials to be included are: 1. Design, development, and evaluation of instructional materials including classroom materials (i.e., instructor/student manuals and teaching aids): a) Distance learning in various formats such as video and audio teletraining (broadcast and interactive), correspondence courses (print and electronic publishing), and Internet-based deliveries; b) Print-based instruction (e.g., user manuals and self-learning books);c) Linear video (videotape) and audiotapes; d) Computer-based training, computer-based testing, computer-assisted instruction (materials that can be loaded and presented on individual computers from diskettes, CD-ROMs, Local Area Networks, and remote access systems; e) Multimedia; f) New learning technologies (e.g., virtual reality). 2. Design, development, and evaluation of performance support systems and materials: a) Print-based performance enhancing materials; b) Job aids (all formats); c) Electronic Performance Support Systems (EPSS) (online help/advisor systems and information retrieval systems). 3. Delivery of instruction: a) Provide instructors and facilitators for group and classroom learning; b) Produce teletraining and distance seminars; c) Present pilots of courseware and performance support materials. 4. Modification and enhancement of existing training and performance support materials: a) Update existing content; b) Modify instruction based on different instructional strategies;c) Convert existing courses to different media. 5. Development of Performance Tests and Measurement -- Design, develop, and implement testing and measurement instruments to evaluate the impact of learning on one or more of the following levels: a) Evaluate individuals' reactions to the learning; b) Evaluate actual learning and use by the trainees; c) Evaluate impact on job performance; d) Evaluate impact on organizational goals. C. COURSE DESCRIPTIONS: The successful offeror shall provide training in the following topics (course length and minimum required course content is detailed after each topic): 1. UNDERSTANDING AND EXECUTING THE PROMPT PAYMENT ACT (2 days). Requirements of the Prompt Payment Act; scheduling payment due dates; calculating penalty payments; discounts; proper documentation; and IRS reports and procedures. 2. EXECUTING A FEDERAL BUDGET (3 days). Developing and revising an operating budget; formally reporting on budget execution; working through a budget year and following the required legal and administrative controls. 3. BUDGET ESTIMATING AND ANALYSIS (3 days). Key budgeting concepts and techniques using Lotus 1-2-3 v. 5 or higher; estimating resource requirements and developing operating budgets; using Lotus 1-2-3 to perform budget analysis. (Government-owned equipment and software will be provided for these classes.) 4. DEVELOPING AND FORMULATING A FEDERAL BUDGET (4 days). Gathering data for budget formulation; preparing/submitting a budget schedule; presenting a budget submission to OMB; agency budget formulation activities including generating the strategic plan, creating the annual performance plan, and translating program activities into budgetary requirements. 5. SUMMARY/OVERVIEW OF ENTIRE FEDERAL FINANCIAL MANAGEMENT IN FEDERAL AGENCIES (3 days). Overview of entire financial management process including accounting, formulation, execution, reporting, and auditing; relationship of budgeting to accounting; overview of latest developments in financial management; IRS specific budget and accounting activities. 6. FEDERAL FINANCIAL STATEMENTS REVIEW AND ANALYSIS (3 days). OMB financial statement requirements; reviewing and analyzing IRS financial statements; relating IRS budgetary resources to operational expenses; identifying IRS performance measures; thorough discussion of how to analyze and assess program and financial performance; detailed discussion of the New Accounting Standards from the Federal Accounting Standards Advisory Board (FASAB) and the impact on current financial reporting. 7. UNDERSTANDING AND IMPLEMENTING THE GOVERNMENT PERFORMANCE RESULTS ACT (GPRA) (2 days). Linking strategic goals to the agency mission statement and to performance measures; elements of a sound strategic plan; understanding and writing effective performance measures; developing an effective performance plan. 8. ACCOUNTING PRACTICES AND PROCEDURES IN A FEDERAL AGENCY (3 days). Basic accounting principles and procedures in federal agencies including budgetarycycles, accounting cycles, standard general ledgers, and debits and credits; IRS structure of general ledger accounts; IRS financial statements; and GAO issues. 9. FINANCIAL AND PROGRAM ANALYSIS (3 days). Using Lotus 1-2-3 to transform financial and operational data into models; planning financial and program operations and monitoring performance; modeling -- key variables, data requirements, critical relationships; interpreting modeling results (critical patterns, projections, forecasts, and conclusions); examining modeling techniques and capabilities using Lotus 1-2-3; communicating results with Lotus 1-2-3; developing practical applications of modeling techniques for program budgeting, variance analysis, and performance analysis using Lotus 1-2-3. 10. UNDERSTANDING AND APPLICATION OF APPROPRIATIONS LAW (4 days). Using the book, Principles of Federal Appropriations Law, as a source document and reference, applying legal reasoning to the appropriations process; determining appropriation availability as to purpose, time, and amount (including the Anti-Deficiency Act); responsibilities of accountable officers and granting of relief from financial accountability; review and discussion of Controller General decisions that are IRS specific, and other cases relevant to IRS operations. 11. UNDERSTANDING AND APPLICATION OF THE FEDERAL MANGERS FINANCIAL INTEGRITY ACT (FMFIA) (1 day). Overview of basic requirement and intent of FMFIA such as significance of management controls and management controls review plan; controls guidelines and procedures for IRS review staff; IRS management controls evaluation process; identification of the coordinator's role and responsibilities; Assurance Letter process; and audit follow-up process. D. STATEMENT OF WORK: In accordance with a Government-provided course roster prepared for the duration of each fiscal year, the successful offeror shall deliver the scheduled classes on each date and at the location specified. Classes may be scheduled in any major U.S. city, but the majority are likely to be held in one of the following cities: Dallas, TX; Atlanta, GA; Oakland, CA; Philadelphia, PA; New Carrollton, MD; Beckley, WV. Most classes will have a minimum of 10 students and a maximum of 30 students. Classes 3 and 9 will have a maximum of 15 students. The following schedule of course start dates/places for the base period is anticipated, with final schedule to be negotiated prior to award: Course 1: Apr 14-16, Atlanta; Apr 21-23, Dallas. Course 2: Mar 17-20, New Carrollton; Apr 28-May 1, Oakland. Course 3: Mar 10-13, New Carrollton; Apr 14-17, Oakland. Course 4: Apr 3-6, New Carrollton. Course 5: Mar 23-25, Beckley; Mar 25-27, Beckley; Apr 28-May 1, New Carrollton. Course 6: Mar 9-12, New Carrollton; June 1-4, Atlanta. Course 8: May 4-7, New Carrollton; June 9-11, Dallas; July 20-23, Philadelphia. Course 9: May 5-8, Dallas; May 18-21; New Carrollton. Course 10: Mar 30-Apr 3, Dallas; May 18-22, Oakland; July 6-10, New Carrollton. Course 11: May 5-6, Atlanta; May 12, New Carrollton. The IRS will provide written notification of a course presentation no less than 30 days prior to its start date. Not less than three (3) weeks before the course, the IRS will confirm the course start/end dates, exact course location including street address and room number, and shipping address and contact person for course materials. Prior to the offering of each course, the appropriate IRS Finance Training Subject Matter Expert (SME) will meet with the instructor to discuss IRS financial policy and procedure, provide necessary IRS documents, and determine where in the course to insert IRS specific exercises and case studies. The instructors shall have sole discretion in the development of all exercises and case studies. The Government will provide a training facility to accommodate a group classroom style. Also provided will be a head table and chair for the instructor, blackboard or whiteboard and chalk, flipchart, markers, and overhead projector. For those classes requiring use of computers, the Government will provide personal computers loaded with the necessary software and a screen projection system for instructor use. The contractor shall provide each student with a set of course materials and certificate of completion. In addition, the contractor shall provide all administrative items such as blank roster, attendance sheets, and evaluation forms. Upon completion of each course, the contractor shall provide the Contracting Officer's Technical Representative (COTR) with copies of all student evaluations in a written format. Contracted work will be developed specifically for Government use and ownership. Any commercial computer software documentation acquired by the Government shall be secured under licenses customarily provided to the public and will be incorporated into the contract by modification. E. ADDITIONAL INFORMATION: Cancellation or rescheduling of any course for reason beyond the control of the IRS can be made by telephone and confirmed in writing by the COTR. The contractor may charge customary commercial prices for all other cancellations or course rescheduling. CONTRACT LINE ITEM NUMBERS (CLIN's): Offerors are required to submit firm-fixed prices for each described course, ITEMS C.1 through C.11 of this notice, in accordance with their best commercial practices. ITEMS C.1 through C.11 shall be numbered CLIN's 001 through 011 for the base period, and repeated as follows for the purpose of evaluation of each option period: OY One -- CLIN's 012 through 022; OY Two -- CLIN's 023 through 034; OY Three -- CLIN's 035 through 046; OY Four -- CLIN's 047 through 058. The anticipated contract will be ID/IQ; the base award will comprise all scheduled courses for the base period (FY 98), CLIN's 001 through 011. Courses for the option years will be ordered by contract modification and delivery orders after yearly roster completion and/or when new fiscal year funds are available. The terms, conditions, and lead times described in Section D for performance of the contract during the base year will also be applicable to each option year. The IRS reserves the right to make minor adjustments to course requirements and course length; change from use of Lotus 1-2-3 to Excel (designated to become the IRS standard); rotate selected locations for courses and add new locations; delete specified courses from the roster; and select and negotiate new courses on a limited basis and within the scope of the contract. Any changes to the contract will be incorporated by modification or by additional delivery orders. Any travel expenses incurred by contractor personnel on official company business for the execution of this contract are reimbursable. However, travel expenses are limited by the dollar amounts prescribed in the Federal Travel Regulations. Copies of the Federal Travel Regulations, Stock No. 022-001-81003-7, are available through the Superintendent of Documents, U.S. Government Printing Office, Washington, DC, 20402. Contractor invoices for course presentations with travel and per diem should include original itemized receipts of all expenses claimed. G. EVALUATION FACTORS FOR AWARD: The evaluation factors for award are technical factors and price and price-related factors. The following technical subfactors in descending order of importance will be considered: 1) Quality and relevant specificity of services and materials proposed to those described herein; 2) Experience and past performance of management and proposed instructors; 3) Ability to adhere to schedule requirements. Overall technical factors are significantly more important than price. However, award will not be made at a significantly higher price to achieve slightly superior technical features. Award will be made to the responsible offeror or offerors whose proposal(s) are acceptable and whose technical/cost proposal relationship(s) are most advantageous to the Government. H. PROPOSAL PREPARATION INSTRUCTIONS: Technical and price proposals must be submitted in separate volumes in an original and three copies. Price proposals should specify firm-fixed prices for each CLIN for the base period and each option year as set forth in Part I, Section F, of this notice. Price proposals must also include a statement and listing of fees assessed for course cancellations or rescheduling in accordance with commercial practices, as described in Part I, Section E, if applicable. All such fees will be evaluated in conjunction with evalution of CLIN prices. For preparation of technical proposals, offerors are strongly advised that elaborate and/or lengthy technical proposals are neither requested nor desired. Technical proposals will be evaluated on the offerors' summary of documented experience over the last five (5) years in developing course materials in Federal Financial Management Training, and on sample excerpts of prior relevant work. Submission of an entire course is not required, but enough material (at least 2 but no more than 5 pages per topic) from the Instructor Guides and Participant Materials should be submitted to permit evaluation of content and techniques employed by the offeror. Promotional materials related to the courses do not substitute for course excerpts, and shall not be submitted. Sample excerpts of the courses must include identification of prior or current customers to permit evaluation of past performance. Offerors' submissions should contain no less than three (3) but no more than seven (7) examples of prior relevant work and references. Each excerpt shall include contract title, contract number, period of performance, name, address, and telephone number of the customer, (If Government experience, provide the Contracting Officer's Representative [COR] or COTR's name and the name of the Contracting Officer. If commercial experience, provide the technical and contracting equivalents.), and approximate dollar value of contract services. Finally, offerors shall provide the resumes of the proposed Project Manager, course developers, and the proposed instructors for thiscontract. Resumes shall not exceed two (2) pages in length. At a minimum, resumes should include name, education (any degrees awarded), chronological work experience (last 10 years), and a brief narrative relating how the work experience relates to the training to be developed/delivered. Any changes made to the instructors offered in the proposal after proposal acceptance and award will not be permitted without submission of a resume and the express written consent of the Contracting Officer. The preferred form for submitting proposals is the Standard Form 1449. If this form is not used, offerors are required to include a signed statement with their proposals specifying the extent of agreement with all terms, conditions, and provisions included in this solicitation. Proposals in response to this solicitation shall be submitted no later than XX/XX/XX, at 2:00 p.m. CST, and addressed to Internal Revenue Service, Midstates Procurement Branch, 1800 MSRO, 4050 Alpha Road, Dallas, TX, 75244, Attn: Linda Green, re:RFP TIRMS-98-R-00003. All inquiries regarding this solicitation are due by COB, XX/XX/XX. Any questions received after that date may not be honored. All question should be in writing and faxed to Linda Green at (972)308-1928. I. SOLICITATION PROVISIONS AND CONTRACT CLAUSES: The provision at FAR 52.212-1, Instructions to Offerers-Commercial Items, is incorporated in this solicitation. Addenda to FAR 52.212-1: Offerers are reminded to submit signed and dated proposals. The provision at FAR 52.212-2, Evaluation-Commercial Items, is incorporated with this insert at 52.212-2(a): The following factors shall be used to evaluate offers: technical factors and past performance, and price and price-related factors. See Part II, Section G, of this notice for a listing of technical subfactors. Technical and past performance, when combined, are significantly more important than price. The provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, is incorporated in this solicitation, and OFFERORS SHALL INCLUDE A COMPLETED COPY OF THIS PROVISION WITH THEIR PROPOSALS. FAR clause 52.212-4, Contract Terms and Conditions-Commercial Items, is incorporated in this solicitation. FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, is incorporated in this solicitation (including 52.203-6 [Alternate I]; 52.203-10; 52.219-8; 52.219-9; 52.222-26; 52.222-35; 52.222-36; 52.222-37; 52.225-19; 52.239-1. Additional FAR provisions and clauses incorporated by reference in this solicitation are: 52.215-34, Evaluation of Offers for Multiple Awards; 52.216-18, Ordering; 52.216-19, Order Limitation (with insert: [1] no minimum order; [2] maximum order limitation -- $300,000; [3] not applicable; [d] three days);52.217-8, Option to Extend Services; 52.217-9, Option to Extend the Term of the Contract (with insert: period of time -- 30 days, contract duration NTE 60 months). (0007)

Loren Data Corp. http://www.ld.com (SYN# 0094 19980109\U-0002.SOL)


U - Education and Training Services Index Page