MODIFICATION
U -- Retirement, Financial Planning, and Social Security Seminars
- Notice Date
- 11/13/2002
- Notice Type
- Modification
- Contracting Office
- Department of the Treasury, United States Secret Service (USSS), Procurement Division, 950 H Street, NW, Suite 6700, Washington, DC, 20223
- ZIP Code
- 20223
- Solicitation Number
- USSS030005
- Response Due
- 11/22/2002
- Archive Date
- 12/7/2002
- Point of Contact
- Lachon Langham, Contract Specialist, Phone 202-406-6940, Fax 202-406-6801,
- E-Mail Address
-
llangham@usss.treas.gov
- Description
- The purpose of this modification is to remove the Question marks from the original text. As a result, the following is the correct text without the Question marks. This is a combined synopsis/solicitation for commercial service 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; written proposals are being requested and a written solicitation will not be issued. Solicitation number USSS030005 is issued as a Request for Proposal (RFP) through Federal Acquisition Circular 01-09. This action is a 100% small business set-aside. The NAICS code is 611430 and the small business size standard is 500. The U.S. Secret Service, James J. Rowley Training Center has a requirement for Retirement, Federal Retirement, Financial Planning, and Social Security Benefits Seminars. The contract period of performance shall not exceed five (5) years, which shall include a base period and four-one year options. The base period shall be from date of award through September 30, 2003; Option Year One shall be from October 1, 2003 through September 30, 2004; Option Year Two shall be from October 1, 2004 through September 30, 2005; Option Year Three shall be from October 1, 2005 through September 30, 2006; and Option Year Four shall be from October 1, 2006 through September 30, 2007. The Government intends to award a firm fixed price type contract. The following are general stipulations for each seminar: 1) The Government reserves the right to delete or change any course listed as the result of a revision in the Management Training curriculum 2) Class schedule and dates may be changed for the benefit of the U.S. Secret Service (USSS); 3) All vendor personnel must be able to obtain access to training sites per USSS security requirements; 4) Vendors will submit resumes for all instructors at the time of proposal submission; 5) All vendor products must be in compliance with Section 508 of the Rehabilitation Act; and, 6) Evaluation of services will be completed via student course evaluations and classroom evaluations by USSS Academic Process staff. The USSS will share evaluation input with contractor. Substantially, negative evaluations may necessitate instructor substitution or course material changes. Base Period: Line Item 0001: Eight (8) Retirement Seminars. The following are academic stipulations for the Retirement seminars: 1) This course must address the topics and concepts of: Federal Retirement Benefits for employees in the D.C. Police and Firefighter's Retirement System, Civil Service Retirement System -- Offset, Federal Employees Retirement System, and Trans-FERS Employees; Social Security; Health Issues; Legal Issues; Tax Planning; Financial Planning; and Second Careers including Resume Writing and Interview Skills; 2) Case studies and practical exercises must use USSS related topics and situations; 3) The vendor will work with USSS Subject Matter Experts (SMEs) and members of the Academic Process Branch to update/revise course content and delivery methods over the term of the contract; and, 4) The vendor will or may co-facilitate parts of the course with SMEs from the USSS. Base Period: Line Item 0002: Fifteen Financial Planning Seminars. The following are academic stipulations for the Financial Planning seminars: 1) Seminar will address Financial Planning for Retirement via video teleconferencing (VTC); 2) Lesson plans and course content will mirror that which is presented in the Retirement Seminar; 3) Case studies and practical exercises must use USSS related topics and situations; 4) The vendor will work with USSS Subject Matter Experts (SMEs) and members of the Academic Process Branch to update/revise course content and delivery methods over the term of the contract; and, 5) The vendor will or may co-facilitate parts of the course with SMEs from the USSS. Base Period: Line Item 0003: Ten Federal Retirement and Social Security Benefits seminars. The following are academic stipulations for the Federal Retirement and Social Security Benefits seminars: 1) Seminar will address Federal Retirement and Social Security Benefits via video teleconferencing (VTC); 2) Lesson plans and course content will mirror that which is presented in the Retirement Seminar; 3) Case studies and practical exercises must use USSS related topics and situations; 4) The vendor will work with USSS Subject Matter Experts (SMEs) and members of the Academic Process Branch to update/revise course content and delivery methods over the term of the contract; and, 5) The vendor will or may co-facilitate parts of the course with SMEs from the USSS. The following are delivery specifications: 1) The vendor will deliver training in spaces provided by the Secret Service. Training will predominantly be held at the James J. Rowley Training Center, 9200 Powder Mill Road, Laurel, MD or 950 H Street, N.W., Washington, DC, however on occasion the training will be held at a facility not to exceed a 25 mile radius of Washington, DC; 2) Travel within the training area described above will be at the vendor's expense; 3) The vendor will provide all instructional materials and handouts with the exception of USSS specific materials that may be produced in-house; 4) The USSS will provide audio visual support including, but not limited to: overhead projector, white board, easel stand, computer access for Power Point presentations, TV/VCR set-up; 5) The USSS will provide facilities, equipment and support personnel for VTC seminars; 6) The USSS Contracting Officer's Technical Representative (COTR) will provide the vendor with course dates a minimum of 30 days in advance; and, 7) Course dates for the Retirement Seminar for the base period must include, but are not limited to the following: January 14-16, 2003, February 4-6, 2003, March 11-13, 2003, April 22-24, 2003, May 13-15, 2003, and July 15-17, 2003. The course dates for the Financial Planning, Federal Retirement and Social Security Benefits seminars are to be determined. The identical information represented above applies to Option Years One through Four. All proposals must include a unit price for each seminar under the base period and option years one through four, as well as the total price for the base period and option years one through four. The following FAR Provisions and Clauses are applicable unless otherwise noted: 52.212-1, Instructions to Offerors -- Commercial Items; 52.212-2, Evaluation -- Commercial Items; 52.212-2 Paragraph (a) insert: "The Government intends to award a firm fixed price type contract, to the responsible offeror with acceptable past performance, whose proposal conforms to the Solicitation as provided herein. For evaluation of past performance, the offeror must provide at least three references for contracts/purchase orders of similar services within the last two (2) years. Each reference must include customer's name and address, contact person, project name, date of performance, telephone number and contract value for each reference. If business entity establishment is less than two (2) years, provide related experience of key personnel. Technical and past performance when combined, are more important than price." 52.212-4, Contract Terms and Conditions--Commercial Items; 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items. The following clauses cited in 52.212-5 are applicable: 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate 1; 52.219-8, Utilization of Small Business Concerns; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; 1052.204-72 (Treasury Dept.) -- Required Central Contractor Registration; and, 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration, 52.217-7, Option for Increased Quantity -- Separately Priced Line Item (insert "written notice to the contractor prior to expiration of the contract" at fill-in), 52.217-9, Option to Extend the Term of the Contract (insert "within 30 days of the option period", "60 days", and "four years and nine months" at fill-ins in consecutive order). These FAR Provisions and Clauses may be accessed via the world wide web at: http://www.arnet.gov/far/. Telephone requests for copies of FAR Provisions and/or Clauses will not be accepted. Proposals must contain the following: 1) Pricing for the base period and option years one through four, to include unit price and total price; 2) Resumes of all proposed instructors; 3) Detailed technical description of each seminar; 4) Past performance information; and, 5) Completed and signed copy of the FAR 52.212-3, Representations and Certifications (July 2002 edition). Please note: All responsible offerors shall forward written proposals to E-mail address: llangham@usss.treas.gov. Facsimile responses are also acceptable. Our facsimile number is: (202) 406-6801. All written proposals are to be received no later than 2:00 P.M., (EST), November 22, 2002.
- Place of Performance
- Address: Washington, DC
- Zip Code: 20223
- Zip Code: 20223
- Record
- SN00204494-W 20021115/021113213509 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |