DOCUMENT
T -- Training Support Services - Training Materials Production - Training Materials Production
- Notice Date
- 10/10/2008
- Notice Type
- Training Materials Production
- NAICS
- 323117
— Books Printing
- Contracting Office
- Department of Homeland Security, Federal Emergency Management Agency, Mitigation Section, 500 C Street SW, Patriots Plaza -- 5th Floor, Washington, District of Columbia, 20472
- ZIP Code
- 20472
- Solicitation Number
- HSFECP-08-SS-TTSMP
- Archive Date
- 11/4/2008
- Point of Contact
- David Bunt,, Phone: 256-847-2371, Lynn W Gardner,, Phone: 256-847-2095
- E-Mail Address
-
david.bunt@dhs.gov, lynn.gardner1@dhs.gov
- Small Business Set-Aside
- Total Small Business
- Description
- The Center for Domestic Preparedness (CDP) is a federal operated nationally recognized training facility located in Anniston, Alabama that prepares state and local emergency response personnel to respond to all hazards, including terrorist attacks using weapons of mass destruction by providing advanced, hands on training. This national training program was developed for state, local, tribal, Federal, private sector and international responders from Fire Service, Law Enforcement, Emergency Medical Services, Emergency Management, HazMat, Public Health, Healthcare, Public Communications, Public Works and Government Administrative and other emergency response personnel, their trainers, and supervisors. Training courses provided by the CDP provide specific knowledge and expertise for deterrence, prevention and response to Weapons of Mass Destruction (WMD) incidents. From October 2006 through September 2007, the CDP trained a total of 65,832 students including: 11,947 resident students, 37,847 non-resident and 16,038 indirect students. From October 2007 through September 2008, the CDP trained a total of 113,585 students including: 14,171 resident students, 59,670 non-resident students, and 39,744 indirect students. The Center for Domestic Preparedness (CDP) is conducting a market survey to determine the availability and technical capabilities of qualified small businesses, woman-owned small businesses, veteran-owned small businesses, service disabled veteran owed small businesses, or HUBZone small businesses capable of performing Training Materials Production. The Contractor shall provide all support services as identified in the Performance Work Statement. The objective of this procurement is to obtain reliable, efficient and effective services by applying a sound management and technical approach that will provide the best value. The primary functions to be performed will include, but is not limited to: routine printing, duplication, shipping and graphical design/editing to support training. Training materials are shipped using approved Government services/couriers to locations throughout the fifty states and U.S. territories. A detailed description of the requirements is described in the Performance Work Statement (PWS) that accompanies this announcement. Interested firms with capabilities of providing the required services are requested to submit a capability statement to assist the Government in determining in accordance with Federal Acquisition Regulation (FAR) 19.502-2(b) whether or not this procurement will be set-aside for any of the programs described above. The intended procurement will be classified under the North American Industrial Classification (NAICS) code 323117: Printing, with a size standard of $6.5. All respondents are required to identify their firm’s size and type of business. The capability statement at minimum should address the following factors: 1.An understanding of the scope and objectives in providing comprehensive materials production services, 2.A proposed method for providing comprehensive materials production services, 3.Demonstrated understanding and/or experience in performing these services on /for a training facility, 4.Ability to select and secure sufficient competent personnel to meet productive and supervisory requirements, 5.Demonstrated technical capabilities to meet production and shipping of materials requirements, 6.Demonstrate experience/capability of meeting contract management requirements (experience and/or knowledge of performing work under government contracts), 7.Demonstrated experience/capability of writing specifications for Government Printing Office (GPO) requests, 8.Demonstrated experience/capability of meeting requirements of a configuration management system; for example: records, forms, training manuals, document version control systems, 9.Capability to print 100-200 manuals of page lengths from 50-250 pages, package, and ship daily (Monday through Friday), 10.Capability to reproduce and distribute materials on compact disks (CD’s), posters, flyers, and visual training aids. Interested firms responding to this sources sought notice shall provide a capabilities statement demonstrating their experience, skills, and capabilities to fulfill the Government’s requirements as described in the Performance Work Statement and addressing the factors above. The capabilities statement shall be in sufficient enough detail so that the Government can determine the experience and capabilities of your firm to provide the requirements in the Performance Work Statement, but shall not to exceed 10 single sided, single spaced pages of a font size no smaller then 12 point. The capability statement should have attached a minimum of three (3) business references with current contact information relevant to the primary functions of this requirement as described in the Performance Work Statement. Four (4) copies of the capability statement must be received via U.S. Mail/Express Mail provider at the address identified in this notice by no later than the close of business (3:00pm C.S.T.) on October 20, 2008: Submit capability statement to: DHS/Federal Emergency Management Agency Center for Domestic Preparedness Attn: Lynn W. Gardner, Contracting Officer 40 Twill Lane Anniston, Alabama 36205 Responses by fax or via e-mail will NOT be accepted. This synopsis is for information and planning purposes and is not to be constructed as a commitment by the Government to issue a solicitation nor will the Government pay for the information requested.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=8a52446bd24288b8967145287eccacdb&tab=core&_cview=1)
- Document(s)
- Training Materials Production
- File Name: Training Support Services - Training Materials Production Performance Work Statement (PWS Training Materials Production Final 09-19-2008.doc)
- Link: https://www.fbo.gov//utils/view?id=7f97557b255fdb8add68b796f584cf1f
- Bytes: 335.00 Kb
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: Training Support Services - Training Materials Production Performance Work Statement (PWS Training Materials Production Final 09-19-2008.doc)
- Place of Performance
- Address: 61 Responder Drive, Anniston, Alabama, 36205, United States
- Zip Code: 36205
- Zip Code: 36205
- Record
- SN01690938-W 20081012/081010214703-b0334e8feb60e7c2ed449e54ec2e911f (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 |