Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 18, 2007 FBO #1938
SOLICITATION NOTICE

R -- ETHICS TRAINING

Notice Date
3/16/2007
 
Notice Type
Solicitation Notice
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
Department of Transportation, Federal Railroad Administration (FRA), Office of Acquisition and Grants Services, 1120 Vermont Avenue, NW Mail Stop 50, Washington, DC, 20590, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
DTFR53-07-R-00007
 
Response Due
3/30/2007
 
Archive Date
4/14/2007
 
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 for which proposals are being requested. The Federal Railroad Administration (FRA) will award a purchase order resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation and will be the most advantageous to the Government, price and other factors considered. The solicitation number for this action is DTFR53-07-R-00007. Proposals are due to the FRA on March 30, 2007, 3:30 pm. The agency mailing address is provided below. Interested parties are required to submit one original and two copies of the signed and dated technical and cost proposal in response to this solicitation. Questions regarding this synopsis/solicitation should be directed to Natalie Burgess, FRA, Contract Specialist, (202) 493-6149, email address: natalie.burgess@dot.gov. Federal Railroad Administration Attention: Natalie Burgess Mailstop 50 1120 Vermont Avenue, N.W. Washington, DC 20500 Proposals received by the FRA shall include the Offerors name and complete address, including street, city, county, state, and ZIP code. Additionally Offerors shall include the address to which payments should be mailed, if that address is different from that of the bidder. STATEMENT OF WORK Purpose In September 2006, FRA offered on-line ethics training to satisfy basic training requirements for all of its employees with a reminder that everyone is ?expected to follow the ethics rules.? While the on-line training is useful, it cannot provide the depth of understanding required to develop and reinforce a strong ethical foundation. The Department of Transportation (DOT) Office of Inspector General (OIG), in its Top Management Challenges for 2007 stated, ?DOT needs to continually promote and reinforce ethical standard through rigorous ethics awareness and training programs.? Objective The objective of this procurement is to obtain on-site training at a minimum of five conferences planned between June 2007 and September 2007. Each of the Office of Safety?s technical disciplines is holding a conference designed around training and improving communications. The conferences are already scheduled and our field personnel are planning to attend, the conferences are ideal venues to provide the in-depth ethics training directed by the OIG. Task Statement Training should address the rules of ethical conduct that all employees should know and follow. All training sessions, with the exception of the final session in Washington, DC, will be conducted on site in Fort Worth, Texas. This training should provide a sound foundation for an ethical workplace including identifying: ? Ethical responsibilities in the workplace ? Personal character and integrity ? Truth and lies ? Respect ? Ethical decision-making ? A fair and equitable workplace ? A healthy, safe, drug-free workplace ? Electronic communications ? Conflicts of interest ? Conflicts of time and resources ? Understanding gifts and hospitality ? Using government property and time ? Enforcing and reinforcing standards It is expected that each training session will be for one full day. Delivery Schedule: The Contractor shall conduct all training sessions on the dates specified below: JUNE 11, 2007 JUNE 19, 2007 JULY 30, 2007 AUGUST 27, 2007 TBD PROPOSAL CONTENT: The technical and cost proposal when combined shall not exceed 25 pages. Technical Approach: The Technical proposals shall consist of the following two sections: 1. Technical Capability: Technical proposals shall include a course syllabus, and a concise summary of the offeror?s understanding and general approach to each of the task statement elements. 2. Key Personnel: Technical proposals shall include the following information the proposed training presenter: resume, biography, and their availability status. The minimum education requirement for the presenter is a Bachelor?s degree in a key area such as; Safety, Safety Management/Leadership, Applied Behavior Analysis (ABA), Organization Development, Quality, Training, Consulting, and Statistical Modeling and Analysis. Price The offeror shall provide a cost/price proposal in accordance with the delivery schedule provided in this synopsis/solicitation. This solicitation specifies a quantity of (5) training sessions. Offerors shall separate/itemize the cost for each training session and the applicable travel costs. All reimbursable travel hereunder shall conform to FAR 31.205-46 and shall be reimbursed up to the amount allocated for travel expenses for each training session in accordance with current Government travel regulations at economy class rates when available. Past Performance Information Offerors shall provide at least three references of past performance on directly related or similar relevant contracts it has held in the last 3 years. The information must clearly state if the work was completed as the prime or subcontractor. Offerors who describe similar contracts and subcontracts shall provide a detailed explanation demonstrating the similarity of the contracts to the requirements of the solicitation. The offeror shall provide the following information regarding past performance: A. Contract Number(s) and type of contract. B. Name of reference point of contract; telephone and fax numbers at the entity for which the contract was performed. C. Dollar value of the Contract. D. Period of Performance. E. Detailed description of the work performed. EVALUATION CRITERIA: 1. TECHNICAL CAPABILITY: The following adjectives shall be used as general guidance in assessing each offeror?s technical proposal in the area of Technical capability. Outstanding O Very significantly exceeds most or all solicitations requirements. Response exceeds a ?Better? rating. The Offeror has clearly demonstrated an understanding of all aspects of the requirements to the extent that timely and highest quality performance is anticipated. Acceptable A Meets all solicitation requirements. Complete, comprehensive, and exemplifies an understanding of the scope and depth of the task requirements as well as the Offeror?s understanding of the government requirements. Marginal M Less than ?Acceptable.? There are some deficiencies in the technical proposal. Award will be made on initial offers; there will not be an opportunity for discussions, nor a chance to become at least ?Acceptable.? Unacceptable U Technical proposal has many deficiencies and/or gross omissions: Failure to understand much of the scope of work necessary to perform the required tasks; failure to provide a reasonable, logical approach to fulfilling much of the Government?s requirements. 2. PAST PERFORMANCE INFORMATION: The following adjectives shall be used as general guidance in assessing each offeror?s Past Performance Information: NEUTRAL: No relevant past performance available for evaluation. Offeror has asserted that it has no relevant directly related or similar past performance experience. Proposal receives no merit or demerit for this factor. OUTSTANDING: No risk anticipated with delivery of quality product, on time, or of any degradation of performance or lack of customer satisfaction based upon offeror?s past performance. BETTER: Very little risk anticipated with delivery of quality product, on time, or of degradation of performance of lack of customer satisfaction based upon the offeror?s past performance. SATISFACTORY: Some potential risk anticipated with delivery of quality product, on time, and of degradation or lack of customer satisfaction based upon the offeror?s past performance. MARGINAL: Significant potential risk anticipated with delivery of quality product, on time, and of degradation of performance based upon the offeror?s past performance. (A rating of marginal does not by itself make the proposal ineligible for award.) This solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-13. The following FAR provisions and clauses are incorporated into this solicitation by reference, and can be found at the web address: http://acquisition.gov/far/loadmainre.html: 52.212-1 Instructions to Offerors-Commercial Items. 52.212-2 Evaluation-Commercial Items. 52.212-3 Offeror Representations and Certifications-Commercial Items. 52.212-4 Contract Terms and Conditions-Commercial Items. 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items. The following Transportation Acquisition Regulation is incorporated into the contract. TAR 1252.237-73 KEY PERSONNEL AND/OR FACILITIES (APR 2005) KEY PERSONNEL (APR 2005) (a) The personnel as specified below are considered essential to the work being performed under this contract and may, with the consent of the contracting parties, be changed from time to time during the course of the contract by adding or deleting personnel, as appropriate. (b) Before removing, replacing, or diverting any of the specified individuals, the Contractor shall notify the contracting officer, in writing, before the change becomes effective. The Contractor shall submit information to support the proposed action to enable the contracting officer to evaluate the potential impact of the change on the contract. The Contractor shall not remove or replace personnel under this contract until the Contracting Officer approves the change. The Key Person under this Contract is the: Ethics Training Presenter (End of clause) NOTE: The successful offeror shall be required to submit a SF3881, ?Automated Clearing House (ACH) ?Vendor/Miscellaneous Payment Enrollment Form?, containing its banking information for receipt of payment electronically prior to award.
 
Record
SN01252921-W 20070318/070316220633 (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.