Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 26, 2005 FBO #1188
SOLICITATION NOTICE

U -- Hispanic Outreach and Awareness Training

Notice Date
2/24/2005
 
Notice Type
Solicitation Notice
 
NAICS
611430 — Professional and Management Development Training
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Procurement Management Division (WPP), 7th & D Streets, SW, Room 7107, Washington, DC, 20407
 
ZIP Code
20407
 
Solicitation Number
Reference-Number-WPP-611430-2005
 
Response Due
3/10/2005
 
Archive Date
4/1/2005
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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. 1. Solicitation Number: WPP-2005-10, Request for Proposal 2. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 26. 3. This solicitation is totally set aside for small businesses. The NAICS code is 611430 and the small business size standard is $6 million. One firm fixed price contract will be awarded as a result of this solicitation. 4. The successful offeror shall provide all management, supervision, labor, materials, supplies and equipment (except as otherwise noted) and shall plan, schedule, coordinate, and assure effective performance of all services described herein. Prices shall include all labor, profit, overhead, travel, reproduction costs, etc., to effectively perform the required services. Offerors shall provide a fixed price for each of the following line items: a. Fixed price for all training segments, training materials and additional requirements. b. Fixed price for producing a high quality PC-compatible digital video recording of one general training segment and one eight-hour language training segment. 5. Statement of Work HISTORY: The US GSA National Capital Region has determined that its workforce will benefit from an increased understanding and general awareness of Latin American culture. In addition, the region has determined it would benefit if selected associates are trained in appreciation and application of the Spanish language as it relates to the conduct of GSA business. As a result, the NCR will institute general Latin American cultural and business specific language training for the workforce as soon as practically feasible. OBJECTIVES: The objective of the generalized training is to increase associates overall awareness of the Latin American people, their traditions, history, diversity, culture and language. The objective of language training is: (1) To assist NCR human resources personnel in recruiting Hispanics to the NCR workforce and (2) To assist NCR program managers and contracting personnel in providing additional NCR contracting opportunities to Latin American vendors. The ultimate objective of this training is to enhance the operational efficiency of various programs in the National Capital Region and improve customer relations. SCOPE: The general scope of this effort will be to provide NCR associates with a basic understanding and appreciation of Hispanic history, culture and language together with specific language training. The government contemplates a competitively awarded firm fixed price contract for this effort under a vendor teaming arrangement. REQUIREMENTS AND SCHEDULE: The vendor team will provide general cultural awareness training including, at a minimum, an overview of the Hispanic people, their traditions, history, diversity, culture and language. This general training will be delivered to approximately seven-hundred and fifty (750) NCR associates during six sessions of two to three hours each beginning May 9, 2005 and concluding not later than May 31, 2005. The vendor team shall also deliver to selected NCR associates, language training to assist associates in Latin American personnel recruitment techniques and GSA business partnering scenarios. The vendor team will provide an understanding of key phrases to facilitate delivery of services in the areas of facility management (janitorial, construction and operation and maintenance services) and project management. Language training will be provided to three groups of approximately twenty-five persons each during four sessions of two hours (each group receiving eight hours total of language training) in a classroom setting beginning June 4, 2005 and concluding not later than June 30, 2005. The vendor team will provide written training materials to attendees summarizing training segments. These materials shall include references for associates who wish to gain further knowledge of the subject matter and will become the property of the NCR together with any slides or other visual material used by the vendor during the classroom training. The vendor team may be required to provide a high quality pc-compatible digital video recording of one general training segment and one eight hour language training segment. The vendor team will record associate attendance and provide appropriate training evaluation forms to attendees. Originals of training evaluation forms will be provided to the contracting officer at the conclusion of each training segment. The vendor team shall deliver to the contracting officer lesson plans for all training not later than May 25, 2005. GOVERNMENT FURNISHED EQUIPMENT/INFORMATION: The NCR shall furnish: (1) An auditorium in which the general training specified above shall be conducted. (2) Classrooms in which the language training specified above shall be conducted. (3) Such digital hardware and software as may be necessary for displaying visual course content. (4) Such non-sensitive information about the NCR associate attendees as the vendor may need to develop effective and efficient training. SECURITY: The vendor team shall meet and comply with all government security requirements for entry and conduct of business on the NCR Regional Office Building premises for the duration of the training. PLACE/PERIOD OF PERFORMANCE: The place of performance is the NCR Regional Office Building at 301 W. 7th Street, Washington, D.C. The period of performance is summarized above. 6. All services to be accomplished under this contract shall be provided between April and June 2005 (dates are estimates only). 7. The provision at FAR 52.212-1, Instructions to Offerors, Commercial Items, applies to this acquisition. 8. The provision at FAR 52.212-2, Evaluation ? Commercial Items, applies to this solicitation. Proposals will be evaluated using best value criteria. Evaluation criteria include but are not necessarily limited to: Price Course content and organization Vendor experience Instructor qualifications and experience Vendor teams shall submit the following for evaluation: A synopsis of at least three prior culturally oriented training sessions conducted within the last five years. Resumes of proposed instructors, each of whom shall have a minimum of three years experience in cultural awareness and language training. [Note: the contracting officer reserves the right to approve any instructor substitutions.] A detailed outline of the proposed general awareness segment to include a comprehensive narrative describing the vendor team?s proposed organization and delivery methodology together with an explanation of methods to be used for the language training segment including proposed key words and phrases. 9. Offerors are required to include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications ? Commercial Items, with their offers. 10. The clause at FAR 52.212-4, Contract Terms and Conditions ? Commercial Items, applies to this acquisition. 11. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items, applies to this acquisition. The following additional FAR clauses apply to this solicitation and the resultant contract: a. 52.219-6, Notice of Total Small Business Set-Aside (June 2003) b. 52.222-3, Convict Labor (June 2003) c. 52.222-26, Equal Opportunity (April 2002) d. 52.222-36, Affirmative Action for Workers with Disabilities (June 1998) e. 52.232-33, Payment by Electronic Funds Transfer ? Central Contractor Registration (October 2003) 12. Offers are due March 10, 2005, 1:30 p.m. local time, to the General Services Administration, National Capital Region, Bid Room, Room 1065, 301 7th Street, SW, Washington, DC 20407. 13. For information regarding this solicitation, contact Elizabeth Vitale, Contracting Officer, on telephone number (202) 708-7503, or via e-mail to becky.vitale@gsa.gov.
 
Place of Performance
Address: Washington, DC
Zip Code: 20407
Country: USA
 
Record
SN00758089-W 20050226/050224212837 (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 |
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.