Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 23, 2006 FBO #1853
MODIFICATION

R -- Executive Transition Assistance Program (E-TAP) Seminars

Notice Date
12/21/2006
 
Notice Type
Modification
 
NAICS
611430 — Professional and Management Development Training
 
Contracting Office
Department of the Air Force, Air Combat Command, ACC CONS, 11817 Canon Blvd, Newport News, VA, 23606-4516, UNITED STATES
 
ZIP Code
23606-4516
 
Solicitation Number
FA4890-07-T-0003
 
Response Due
12/29/2006
 
Archive Date
1/13/2007
 
Point of Contact
Martha Henaire, Contract Specialist, Phone 757-225-7718, Fax 757-225-7765, - Ronald Toler, Contracts Manager, Phone 757-225-7724, Fax 757-225-7765,
 
E-Mail Address
martha.henaire@langley.af.mil, ronald.toler@langley.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
PLEASE NOTE... THE FOLLOWING STATEMENTS OF WORK HAVE BEEN REVISED TO CHANGE DATES AND INCLUDE ADDITIONAL SITES (SHAW AFB AND BARKSDALE AFB)...PLEASE DISREGARD PREVIOUS VERSIONS. THE NEW RESPONSE DATE IS 29 DEC 06. STATEMENT OF WORK (SOW)REVISED #1A E-9 TRANSITON ASSISTANCE PROGRAM (E9-TAP) SEMINAR 1. GENERAL TASK DESCRIPTION. Provide Transition Assistance Program seminars (E-9 TAP) at Seymour Johnson, Barksdale, Offutt, Langley, and Shaw AFBs for enlisted members in the grade of E-9. Seminars are designed to assist senior enlisted members retiring from the Air force with their move into the civilian employment arena. Contractor will provide deliverables as referenced in para 3. 2. REFERENCE. This contract is solicited for HQ Air Combat Command, Directorate of Personnel, Family Matters Branch (ACC/A1ZF). 3. SPECIFIC TASK DESCRIPTION a. Deliverables/Format. The Contractor shall provide introduction and information letters to attendees, and paper copies of the seminar workbook for each participant. All materials are to be printed on a laser printer, formatted in MS Word and bound in 3 ring, tabbed notebooks. Materials in notebooks will be tabbed to correspond with sessions on the training agenda. HQ ACC/A1ZF will require a preview copy of the workbook. Contractor will deliver a standard course curriculum as follows. Program Overview Career Development Building on Your Strengths Resume Writing Cover Letters Applying for Federal Job Applying for Government Contracts Networking and Interviewing Compensation Negotiation Employer Panel Mock Interview Financial Planning Dress for Success Three to four hour overview of Veterans Administration Benefits b. Specific tasks are as follows. Contractor will provide a total of five 4-day seminars at ACC bases: Seymour Johnson, Barksdale, Offutt, Langley and Shaw. Each seminar will consist of no more than 30 participants. ACC/A1ZF team will work with contactor to adjust training needs as determined by changing requirements of TAP and course participant needs. Projected dates for the trainings follow: a. Seymour Johnson AFB, NC: 30 Jan ? 2 Feb 07 b. Barksdale, 6-9 Mar 06 c. Offutt AFB, ND: 24-27 Apr 07 d. Langley AFB, VA: 24-27 July 07 e. Shaw AFB, SC : 11-14 Sep 07 Dates can be adjusted as needed with concurrence of host installation, ACC/A1ZF, and contractor. Contractor will provide local training venue for the following locations: Barksdale AFB, LA and Langley AFB, VA. A&FR Flights at all other listed locations will host training on the installation. c. Components of the training preparation are identified as: (1) Prepare course scenario, course procedures, and course agenda. (2) Coordinate course with ACC/A1ZF team and host base Airman and Family Readiness Center. (3) Prepare course materials. (4) Provide preview course materials to ACC/A1ZF no later than 10 days prior to first seminar (5) Provide all training aids including but not limited to LCD projectors, screens, newsprint charts/easels,markers, pens, pencils, note pads/paper, at the locations where contractor provides local training venue (6) Provide all course materials to participants (7) Provide welcome and information letters to each participant (based on sign-up rosters from MAJCOM/Base Airman & Family Readiness) NLT 5 working days prior to first day of each seminar. Roster of participants will be e-mailed to contractor NLT 10 working days prior to seminar. (8) Conduct E9-TAP seminars (9) Provide copies of course evaluations to HQ ACC/A1ZF NLT 10 working days after each workshop (10) Contractor/trainer presenting three-four hour block on Veterans Administration (VA) benefits must have been trained by the VA to offer such training. 4. GOVERNMENT INPUTS/EQUIPMENT. The Government, through HQ ACC Airman and Family Readiness will take sign-ups for each seminar and will furnish or make available to the Contractor completed sign-up rosters with name, rank, e-mail address, and mailing address of each participant NLT 10 working days prior to each workshop. Where A&FR Flights host training, all necessary equipment for actual training days (overhead, flip charts, laptop, LCD projector, etc.) as well as meeting rooms will be provided by the government. Contractor is expected to work independently at a location of their choice in developing various deliverables. 5. TRAVEL. Travel and per diem for contractor(s) to provide specified trainings at each geographic location is included in the contract price. 6. SECURITY INSTRUCTIONS. Project is unclassified access to classified information is not required. 8. DUTY INFORMATION. Other than actual training days specified in contract, contractor?s duty location and duty hours are not pre-determined. Each 4 day seminar will be conducted within the time frame of 0700- 1700 each day. Length of Course: 4 days per seminar (7.0 hours each day with 1-hour or 1.5 hours lunch to be determined by local option). Contractor will provide a total of 28 hours instruction. STATEMENT OF WORK (SOW)REVISED #2A EXECUTIVE TRANSITON ASSISTANCE PROGRAM (E-TAP) SEMINAR 1. GENERAL TASK DESCRIPTION. Provide Executive Transition Assistance Program seminars (E-TAP) at Nellis, Shaw, Langley, Barksdale and Offutt AFBs for officers in the grade of 0-6 and above and DOD civilian employees in the grade of GS-15 and above. Seminars are designed to assist senior officers and senior civilians retiring from the Air force with their move into the corporate civilian employment arena. Contractor will provide deliverables as referenced in para 3. 2. REFERENCE. This contract is solicited for HQ Air Combat Command, Directorate of Personnel, Airman and Family Readiness Branch (ACC/A1ZF). 3. SPECIFIC TASK DESCRIPTION Deliverables/Format. The Contractor shall provide paper copies of the seminar workbook for each participant. All materials are to be printed on a laser printer, formatted in MS Word and bound in 3 ring, and collated to correspond with the training agenda. HQ ACC/A1ZF will require a preview copy of the workbook. The Contractor will prepare and provide a standard course curriculum based on the following curriculum: MANAGING CHANGE - An Introduction to the Marketplace - Creating a Company Called ME, INC. - Job and Career Search Process ?BEGIN WITH THE END IN MIND Steven Covey - LIFESCAPE Vision 10 years from now - Salary and Benefits Negotiation - Homework: Achievement Story SELLING YOURSELF IN WRITING - Getting Started ? Career Catalog - Organizing Product Knowledge Source Document - Introduction of The Match - Exercise Skills Assessment - Exercise Achievement Story - Resumes/Cover Letters?Content Focused on the Customer ORGANIZING YOUR JOB SEARCH - Research/Planning/Organizing/Networking - What you Say and Do to the Customer - Exercise Naming Resources - Your Marketing Plan SELLING YOURSELF VERBALLY - The 30 Second Commercial - Interview Pre-Work - Exercise Work Preferences - Values Exercise ? Assessing ?The Match? with the Corporate/ Organizational Culture INTERVIEW TECHNIQUES - Types of Interview - The Interview Model - Role Playing ? Asking Questions/Answering Questions - The Negotiating Model ? Preparing for the Game? Etiquette, Style, Image, Body Language, Tone, Pace DECIDING CRITERIA FOR EVALUATING JOB OFFERS AND LIFE CHOICES a. Specific tasks are as follows. Contractor will provide a total of five 4-day seminars at ACC bases (Nellis, Shaw, Langley, Barksdale, Offutt) for no more than 35 participants per seminar. ACC/A1ZF team will work with contactor to adjust training needs as determined by changing requirements of TAP and course participant needs. Projected dates for the training follow: a. Nellis AFB, NV: 26-30 Mar 07 b. Shaw AFB, SC: 1-4 May 07 c. Langley AFB, VA: 11-15 June 07 d. Barksdale AFB, LA: 6-10 Aug 07 e. Offutt AFB, NE: 18-21 Sep 07 Dates can be adjusted as needed with concurrence of host installation, ACC/A1ZF, and contractor. The government will provide a POC at each base to assist the contractor with setting up training schedules. b. Components of the training preparation are identified as: (1) Prepare course scenario, course procedures, and course agenda. (2) Coordinate Course with ACC/A1ZF team. (3) Prepare Course Materials. (4) Provide Course Materials to bases and preview copy to ACC/A1ZF (5) Conduct E-TAP seminars (6) Evaluate training and provide summary of evaluations to ACC/A1ZF. (6) Provide follow-up services, to include resume review and referral via e-mail or other electronic means, to participants after seminar completion 4. GOVERNMENT INPUTS/EQUIPMENT. The Government will furnish or make available to the Contractor any documentation deemed necessary to accomplish this task. All necessary equipment for actual training days (overhead, flip charts, laptop, LCD projector, etc.) as well as meeting rooms will be provided by government. Contractor is expected to work independently at a location of their choice in developing various deliverables. 5. TRAVEL. Travel and per diem for contractor personnel to provide specified trainings at each geographic location is included in the contract price. 6. SECURITY INSTRUCTIONS. Project is unclassified ? access to classified information is not required. 7. DUTY INFORMATION. Other than actual training days specified in contract, contractor?s duty location and duty hours are not pre-determined. Each 4 day seminar will be conducted within the time frame of 0700- 1700 each day. Length of Course: 4 days per seminar (7.5 hours each day with 1-hour or 1.5 hours lunch to be determined by local option). Contractor will provide a total of 22.5 hours instruction and facilitate the remaining 7.5 hours provided through local sources (examples: dress for success, benefits briefing, financial planning for retirement, employer panel). not submitting under GSA the following provisions apply: 52.212-1 Instructions to Offerors - Commercial Items; 52.212-3 Offeror Representations and Certifications Commercial Item. *** The following clauses apply: 52.212-4 Contract Terms and Conditions- Commercial Items; 52.222-3 Convict Labor; 52.233-3 Protest After Award, 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration, 52.247-34 FOB Destination, 52.252-2 Clauses incroporated by Reference, 52.252-6 Authorized Deviation in Clauses; 252.204-7004 Required Central Contractor Registration; 52.253-1 Computer Generated Forms; 52.225-1 Buy American Act - Balance of Payments Program-Supplies; 52.222-26 Equal Opportunity; 52.222-35 Affirmative Action for Disabled Veterans and 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. Evaluation of Offers. The Government will award an order resulting from this Request for Proposal to the responsible offeror that conforms to the Statement of Works that will be most advantageous to the Government, price and other factors considered. Accordingly, the following factors shall be used to evaluate proposals: a. Technical capability b. Price Proposal responses are due 29 Dec 2006 no later than 4:30 EST. The Government plans to use the Internet and email as the primary means of disseminating and exchanging information. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (21-DEC-2006); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/USAF/ACC/AACCONS/FA4890-07-T-0003/listing.html)
 
Place of Performance
Address: Langley AFB, Offutt AFB, Seymour Johnson AFB, and Nellis AFB, Shaw AFB, and Barksdale AFB's.
Zip Code: 23665
Country: UNITED STATES
 
Record
SN01201714-F 20061223/061221223705 (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.