MODIFICATION
U -- Speakers for the Treasury Executive Institute
- Notice Date
- 1/23/2008
- Notice Type
- Modification
- NAICS
- 611710
— Educational Support Services
- Contracting Office
- Department of the Treasury, Internal Revenue Service (IRS), National Office Procurement (OS:A:P), 6009 Oxon Hill Road, Suite 500, Oxon Hill, MD, 20745, UNITED STATES
- ZIP Code
- 20745
- Solicitation Number
- TIRNO-08-R-00007
- Response Due
- 2/19/2008
- Archive Date
- 3/5/2008
- Point of Contact
- April Delancy, Contract Specialist, Phone 202-283-1147, Fax 202-283-0610
- E-Mail Address
-
April.C.Delancy@irs.gov
- Small Business Set-Aside
- Total Small Business
- Description
- PLEASE NOTE: IT IS THE INTENTION OF THE CUSTOMER FOR THIS REQUIRMENT TO OBTAIN ALL SPEAKERS AT MINIMAL OR NO SPEAKER'S FEE. THE ABILITY OF A CONTRACTOR TO PROVIDE SPEAKER'S ON A NO COST OR EXTREMELY LOW COST BASIS IS OF PRIMARY CONCERN TO BOTH THE FULFILLMENT OF THE REQUIREMENT AND EVALUATION OF THE SUCCESSFUL OFFEROR. 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; quotes are being requested and a written solicitation will not be issued. The solicitation is being issued as a Request for Proposals (RFP); solicitation number is TIRNO-08-R-00007, and a firm fixed price, indefinite deliver/indefinite quantity (IDIQ) contract is contemplated. In this solicitation document, the incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-22 effective 23 November 2007. The North American Industrial Classification Code (NAICS) 611710 with a business size standard of $6.5 million applies to this procurement. This procurement is 100% small business set-aside. All responsible small business sources may submit a proposal which shall be considered by the agency. The Treasury Executive Institute (TEI) has a requirement to procure the following: Background The Treasury Executive Institute (TEI) is Treasury's lifelong learning center for federal government senior level executives and corporate leaders. TEI currently has two major categories of executive learning programs: seminars and workshops on leadership, management and public service; and book discussions on a variety of topics. The book discussions fall into one of three series: an Explorer Series, Sustainability Series, and Leaders from History Series. The goal of the book discussion series is to bring thought leaders from other disciplines to government leaders. TEI seeks distinguished authors - Pulitzer Prize winners and nominees, New York Times Bestseller list, etc. TEI also seeks authors of books on contemporary issues that impact executives and the bureaus that they run. Potential subject areas include - but are not limited to - science, history, economics, arts, social issues, international affairs, philosophy, psychology and medicine. TEI seeks to obtain these speakers at little or no fee. Objectives The target audience is Federal executives and senior level personnel from Treasury bureaus and Treasury-legacy bureaus who are clients of TEI. TEI projects offering an average of four book discussions per month, with an estimated annual total of 48 sessions. The number of book discussion sessions may vary depending on the availability of funds and selected speakers. Scope In satisfaction of TEI's requirement to deliver authors approved by the TEI Director and appropriate to the target audience, the Contractor shall perform the following: - Identify and recommend topics and authors of interest for TEI and its executive audience; - Meet with the TEI Director weekly to discuss book discussion events and authors; - Provide TEI Director consolidated lists of pre-published books and/or manuscripts and advance copies of books to review at least 60 days prior to her quarterly selection of book titles and authors appropriate for target audience; - Schedule speakers and arrange an estimated 12, two to three hour, book discussion events at TEI facility on a quarterly basis; - Coordinate the purchase and delivery of 50 books per book discussion event at the most advantageous cost to the federal government. Task or Requirements After consultation with TEI Director and staff, the Contractor shall provide a recommended list of speakers to meet the desired learning objectives of TEI and that have a high likelihood of generating full enrollment and excellent seminar evaluations. The contractor will: - Deliver a series of author-led presentations/events that receive excellent evaluations from the target audience. - Research recently published book titles and authors appropriate to TEI program objectives. - Meet with the TEI Director weekly to discuss book discussion events and authors. - Obtain marketing materials from publishing houses for selected titles and then provide to TEI to assist in their development of marketing material. Acceptable marketing material includes but is not limited to: electronic version of book jackets, early book reviews, author biographies, and public relations press kits distributed by the author's publishing house. - Coordinate book discussion event details with author and/or publishing house, including providing a pre-event briefing to author and TEI staff. - Coordinate the purchase of 50 copies of books for event participants at the most advantageous cost to the federal government and arrange delivery and shipment to TEI seminar site. Deliverables Required deliverables include: - Identify and recommend topics and authors of interest for TEI and its executive audience; - Meet quarterly with TEI Director and provide her with consolidated lists of pre-published books and/or manuscripts and advance copies of books to review at least 60 days prior to her quarterly selection of book titles and authors appropriate for target audience. - Coordinating the delivery of an average of four book discussions per month, with an estimated total of 48 sessions of author-led presentations/events annually. Book discussions are to be presented with no speaker's fee, or a very minimal speaker's fee required. - Coordinate book discussion event details with author and/or publishing house, including providing a pre-event briefing to author and TEI staff. - Coordinate the purchase of 50 copies of books for event participants at the most advantageous cost to the federal government and arrange delivery and shipment to TEI seminar site. Performance Evaluation The TEI Director will assess the Contractor's ability to provide and manage a quality assurance plan that will ensure performance of all seminar events are at or above an acceptable quality level of 85% good or excellent customer satisfaction. The evaluation will consider the relevance, credibility, responsiveness, and completeness of performance and services offered. All materials and schedules and evaluations will be subject to the review of the Treasury Career Advisory Panel (TCAP). Reviews will take place quarterly through Bruce Nolan, TEI Director. Place of Performance Work will be conducted at Contractor's work site with the exception of meetings with TEI Director or Acting, TEI Director and seminar events. Meetings and seminar events will be conducted at TEI office located at US Mint Building; 801 9th Street, NW; Washington, DC 20001. The contractor's primary contact at TEI will be Bruce Nolan, Executive Director or a designated Executive Program Officer. Period of Performance The base period of this statement of work is July 1, 2008 to June 30, 2009. The first speakers under this contract will be scheduled to appear beginning October 1, 2008. The base period is subject to four one-year extensions respectively. Delivery orders or task orders will not be issued prior to the availability of appropriated funds from which expenditures there under may be made. Associated Funding Funding for books and speaker-related expenses (travel, etc.) are funded separately through TEI and their costs are not included in this contract. Background Investigation Requirements The IRS will initiate a background investigation for a low risk level for the Contractor. All personnel employed on the contract will be required to have a successfully adjudicated background investigation on file. CLAUSES INCORPORATED BY REFERENCE: FAR 52.203-6 Restriction on Subcontractor Sales to the Government (Sep 2006) Alternate I (Oct 1995) FAR 52.204-9 Personal Identity Verification of Contractor Personnel (Sep 2007) FAR 52.209-5 Certification Regarding Debarment, Suspension, Proposed Debarment, and Other Responsibility Matters (Dec 2001) FAR 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Sep 2006) FAR 52.212-1 Instructions to Offerors Commercial Items (Nov 2007) FAR 52.212-3 Offeror Representations and Certifications Commercial Items (AUG 2007) Alternate I (APR 2002) FAR 52.212-4 Contract Terms and Conditions Commercial Items (Feb 2007) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (Dec 2007) (DEVIATION) FAR 52.216-18 Ordering (Oct 1995) FAR 52.216-22 Indefinite Quantity (Oct 1995) NOTE: The minimum guaranteed amount under this contract is $25,000.00 FAR 52.216-27 Single or Multiple Awards (Oct 1995) FAR 52.219-6 Notice of Total Small Business Set-Aside (Jun 2003) FAR 52.219-8 Utilization of Small Business Concerns (May 2004) FAR 52.222-3 Convict Labor (Jun 2003) FAR 52.222-21 Prohibition of Segregated Facilities (Feb 1999) FAR 52.222-26 Equal Opportunity (Mar 2007) FAR 52.222-35 Alt I Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans (Sep 2006) Alternate I (Dec 2001) FAR 52.222-36 Alt I Affirmative Action for Workers with Disabilities (Jun 1998) FAR 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans (Sep 2006) CLAUSES INCORPORATED BY FULL TEXT: Please note that due to the character limitations in FedBizOpps, full text of the Federal Acquisition Regulation (FAR) can be accessed on the Internet at http://www.farsite.hill.af.mil. All FAR representations and certifications shall be submitted through Online Representations and Certifications Application (ORCA) at https://orca.bpn.gov. FAR 52.212-2 Evaluation Commercial Items (Jan 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Experience, Technical Competence (to include the demonstrated ability to meet all of the requirements of the solicitation), Past Performance, and Price. Experience, Technical Competence and Past Performance, when combined, are more important than price. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer?s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. FAR 52.216-19 Ordering Limitations (Oct 1995) a) Minimum order. When the Government requires supplies or services covered by this contract in an amount of less than $500.00, the Government is not obligated to purchase, nor is the Contractor obligated to furnish, those supplies or services under the contract. (b) Maximum order. The Contractor is not obligated to honor -- (1) Any order for a single item in excess of $50,000.00; (2) Any order for a combination of items in excess of $75,000.00; or (3) A series of orders from the same ordering office within 30 days that together call for quantities exceeding the limitation in subparagraph (b)(1) or (2) of this section. (c) If this is a requirements contract (i.e., includes the Requirements clause at subsection 52.216-21 of the Federal Acquisition Regulation (FAR)), the Government is not required to order a part of any one requirement from the Contractor if that requirement exceeds the maximum-order limitations in paragraph (b) of this section. (d) Notwithstanding paragraphs (b) and (c) of this section, the Contractor shall honor any order exceeding the maximum order limitations in paragraph (b), unless that order (or orders) is returned to the ordering office within three (3) days after issuance, with written notice stating the Contractor?s intent not to ship the item (or items) called for and the reasons. Upon receiving this notice, the Government may acquire the supplies or services from another source. (End of Clause) FAR 52.216-27 SINGLE OR MULTIPLE AWARDS (OCT 1995) The Government may elect to award a single delivery order contract or task order contract or to award multiple delivery order contracts or task order contracts for the same or similar supplies or services to two or more sources under this solicitation. All questions concerning this procurement, either technical or contractual must be submitted in writing to the Contracting Office. No direct discussion between the technical representative and a prospective offeror will be conducted unless it is deemed necessary by the Contracting Officer. Proposals must be received no later than 4:00 p.m. Eastern Standard Time (EST) on February 19, 2008. The Offeror's pricing shall be stated on a price per speaker/event basis. The offeror agrees to hold the prices in its quote firm for 120 calendar days from the date specified for receipt of proposals. One original and 5 copies of all proposals must be received by April Delancy at IRS Procurement, OS:A:P:B:B:A, 6009 Oxon Hill Road, Oxon Hill, MD 20745 no later than 4:00 p.m. Eastern Standard Time (EST) on February 19, 2008. Please note that mail room hours are 8:30 am until 4:00 pm, Monday through Friday only. Please note that original proposal should be in 3-hole binder format and an electronic version of the proposal in CD format should accompany all proposals. Offerors must scrutinize this solicitation and ensure their proposals and submissions comply with all requirements. It is not sufficient to merely state your proposal complies with the solicitation requirements. You must clearly identify how your proposal meets ALL of the solicitation requirements. Point of contact for this procurement is April Delancy at april.c.delancy@irs.gov. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (23-JAN-2008); 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/TREAS/IRS/NOPAP/TIRNO-08-R-00007/listing.html)
- Record
- SN01491449-F 20080125/080123230422 (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 |