Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 20, 2009 FBO #2826
MODIFICATION

U -- Career Management Seminar - Q & A 4

Notice Date
8/18/2009
 
Notice Type
Modification/Amendment
 
NAICS
611430 — Professional and Management Development Training
 
Contracting Office
Department of the Air Force, Direct Reporting Unit - Air Force District of Washington, 11 CONS, 20 MacDill Blvd Suite 400, Bldg P20, Bolling AFB, District of Columbia, 20032, United States
 
ZIP Code
20032
 
Solicitation Number
FA7012-09-T-0063
 
Point of Contact
Monica L. Ceaser, Phone: 202-767-7979, Sheila R. Miller, Phone: 202-767-7957
 
E-Mail Address
Monica.Ceaser@afncr.af.mil, sheila.miller@afncr.af.mil
(Monica.Ceaser@afncr.af.mil, sheila.miller@afncr.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Questions and Answers 4 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; quotations are being requested and a written solicitation will not be issued. This solicitation is issued as a Request for Quotation (RFQ) No. FA7012-09-T-0063. The solicitation document; incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-34. The North American Industry Classification System code is 541612 with a business size standard of $7M. The proposed contract is 100 percent set-aside for small business. LINE ITEM 0001: The Period of Performance for the Base Period 01 Sep 2009 - 30 Aug 2010: The course dates for the base year Nov 3-5, 2009, Feb 2-4, 2010, Apr 6-8, 2010, and Aug 3-5, 2010; QUANTITY: 4, UNIT PRICE ____; EXTENDED PRICE ___; LINE ITEM 1001: The Period of Performance for Option Year 1 is 01 Sep 2010 - 30 Aug 2011: The course dates for Option Period 1, Oct 19-21, 2010, Feb 1-3, 2011, May 10-12, 2011, and Aug 9-11, 2011; QUANTITY: 4, UNIT PRICE ____; EXTENDED PRICE ___, LINE ITEM 2001: The Period of Performance for Option Year 2 is 01 Sep 2011 - 30 Aug 2012: The course dates for option period two Oct 18-20, 2011, Feb 7-9, 2012, May 8-10, 2012, and Aug 7-9, 2012; QUANTITY: 4, UNIT PRICE ____; EXTENDED PRICE ___, LINE ITEM 3001: The Period of Performance for Option Year 3 is 01 Sep 2012 - 30 Aug 2013: The course dates for option period three Oct 16-18, 2012, Feb 4-7, 2013, May, 7-9 2013, and Aug 6-8, 2013; QUANTITY: 4, UNIT PRICE ____; EXTENDED PRICE ___, LINE ITEM 4001: The Period of Performance for Option Year 4 is 01 Sep 2013 - 30 Aug 2014: The course dates for option period four Oct 7-9, 2013, Feb 4-6 2014, May 6-7 2014, and Aug 12-14 2014; QUANTITY:4, UNIT PRICE ____; EXTENDED PRICE ___. INSPECTION CONDITIONS AND TERMS: Items shall be priced FOB Destination. Delivery/Acceptance will be at 201 McChord Street, Bolling AFB, Washington, DC 20032-0202. FAR PROVISIONS: The provisions at 52.212-1, Instructions to Offerors-Commercial Items and Addendum to FAR CLAUSE 52.212-1 applies to this acquisition are as follows: 52.214-31(f) fax# (202)767-7887, 52.214-34, 52.214-35, 52.219-1, 52.252-1 http://farsite.hill.af.mil, 52.252-5: (b) DFARS (Chapter 2), and 252.225-7000. "THE GOVERNMENT SHALL NOT REIMBURSE ANY EXPENSES INCURRED TO PROSPECTIVE OFFERORS FOR RESPONSE TO THIS SOLICITATION. THE GOVERNMENT RESERVES THE RIGHT TO CANCEL THIS SOLICITATION, EITHER BEFORE OR AFTER THE CLOSING DATE. EVALUATION PROCEDURES: The Government will select the best overall offer based on price and other factors considered. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer, conforming to the solicitation; will be the most advantageous to the Government in accordance with the requirement. Only those offerors determined to be in compliant with the requirements as stated in this solicitation will be considered for award. Non-conformance with this requirement may result in offeror's quote being determined unacceptable. FAR 52.212-3, "Offeror Representations and Certifications-Commercial Items" applies to this acquisition and offeror(s) must include, a completed copy with its offer. FAR 52.212-3 can be obtained from http://farsite.hill.af.mil or from http://orca.bpn.gov if registered in Online Representation and Certifications Application (ORCA). An offeror shall complete only paragraph (j) of this provision if the offeror has completed the annual representations and certificates electronically at ORCA. If an offeror has not completed the annual representations and certifications at the ORCA website, the offeror shall complete only paragraphs (b) through (i) of this provision. FAR CLAUSES: The clause at 52.212-4, Contract Terms and Conditions-Commercial Items is hereby incorporated. Addendum to FAR Clause 52.212-4 applies to this acquisition, specifically the following cited clauses: 52.204-7, 52.204-9, 52.209-6, 52.217-5, 52.217-8 (15 Days), 52.217-9 (15 Days, 60 Days), 52.223-6, 52.247-34, 52.252-2, http://farsite.hill.af.mil, 52.252-6: (b) DFARS (Chapter 2), 52.253-1, 252.204-7003, 252.204-7004 ALT A, 252.212-7001 (DEV): 252.225-7001, 252.232-7003, 252.232-7010, 252.243-7001, 252.247-7003 ALT III and 5352.201-9101(c): Mrs. Diane Dade, 1535 Command Drive, Suite 202, Andrews AFB, Camp Spring, MD, 20762, telephone # (301) 981-7342. FAR CLAUSE 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, (DEVIATION) including the following sub-clauses, 52.219-6, 52.219-28, 52.222-19, 52.222-21, 52.222-22, 52.222-24, 52.222-25, 52.222-26, 52.222-36, 52.222-41, 52.222-41, 52.222-42, 52.222-43, 52.222-50, 52.225-13, 52.232-18, 52.232-33, 52.233-3 and 52.233-4 apply to this acquisition. THIS IS FOR INFORMATION ONLY: IT IS NOT A WAGE DETERMINATION: Technical Instructor/Course Developer, Monetary Wage-Fringe Benefits: GS-09, $24.15. The incorporated Wage Determination 2005-2103 (Rev.-7), dated March 16, 2009, revision 7 is applicable. The web site is http://www.wdol.gov. To be eligible for an award, all contractors must be registered in the Central Contractor Registration (CCR) database. A contractor can contact the CCR by calling 1-888-227-2423 or e-mail at http://www.ccr.gov. NO EXCEPTIONS. A DUNS (Dun and Bradstreet) number is required in order to register. The FAR clause web site is http://farsite.hill.af.mil. All invoices shall be submitted through Wide Area Work Flow. You can register at https://wawf.ef.mil/index.html. All questions must be received by 2:00 P.M. EDT on 14 Aug 2009. All quotes must be received by 2:00 P.M. Eastern Daylight Time (EDT) on 21 Aug 2009 to 11th CONS/LGCO, 20 MacDill Blvd, Suite 400, Bolling AFB, DC 20032 by mail, facsimile, or e-mail to monica.ceaser.ctr@afncr.af.mil. An official authorized to bind your company shall sign and date the quote. Questions concerning this solicitation should be addressed to Monica Ceaser, Contract Specialist, Phone (202) 767-7979, FAX (202) 767-7887 or e-mailed to monica.ceaser.ctr@afncr.af.mil or Sheila Miller, Contract Manager, Phone (202) 767-7957, FAX (202) 767-8097 or e-mailed to sheila.miller@afncr.af.mil. PERFORMANCE WORK STATEMENT 1.0 DESCRIPTION OF SERVICES. 1.1 SCOPE OF WORK. To develop and conduct a career transition seminar specifically designed to meet the specific needs and concerns of retiring/separating/officer/enlisted personnel who are transitioning from the military and seeking management or leadership positions (now or in the future) or who want to start their own company. The level of instruction shall be appropriate for Field Grade Officers and Senior NCO's thoroughly prepare participants to successfully enter the civilian labor market. The resulting contract will be a base and four option years. 1.1.1 The seminar shall include various workshops, providing instruction in the translation military service into comparable civilian positions, to include but not limited to the following, identification of compatible career fields/positions, develop and write effective resumes and cover letters, interview techniques and considerations, translating military service and experience into civilian and corporate terms, appropriate civilian interview and work attire, optimizing military benefits and referral resource, salary and benefits negotiation, effects of career change/transition 1.1.2 The contractor shall develop and present a curriculum for the Air Force military Field Grade Officers and Senior NCO's which includes, translating military service and experience into civilian terminology, identification and evaluation of values and interests, preparation for cultural change including work-life balance concerns, marketing yourself, nature of the current labor market, personal financial planning, resume and cover letter preparation, contact development and networking, job search methods including professional employment services, proper civilian senior executive interview and work attire, civilian salary scales, salary and benefits negotiations, post interview actions, incorporate the Myer-Briggs Type Indicator (Personality Assessment) concepts to assist participants in career choices, exploration of issues like values, personality, interest, related to developing career option,, Create Your Own Want Ad. 1.1.3 The contractor shall develop seminar materials, specifically adapted to field grade officer and senior NCO's retirement experiences. Materials shall include career transition manual, covering the curriculum. 1.1.4 The contractor shall provide the seminar materials to 11th Wing Airman and Family Readiness Flight for review and approval 14 days after award. 1.1.5 The contractor shall ensure that the manual includes thorough and accurate information on all topics addressed during the seminar, to include sample documents, exercised, and resources with contact information. 1.1.6 The contractor shall prepare and provide a course curriculum that includes topic areas reference in paragraph 1.1.2. 1.1.7 Fourteen days after seminar materials are approved, the contractor shall, in person, conduct a career management presentation for the Airman and Family Readiness Center senior leadership. 1.1.8 The contractor shall use a wide variety of learning techniques to include lecture, discussion, and individual as well as group exercises during the program. 1.1.9 The contractor shall provided participants with information to assist their reentry into the civilian world. 1.1.10 The contractor shall coordinate an employer panel - 2-3 Corporate/Government Leaders and Managers to tell their transition stories the last one hour and half of each day of the seminar. 1.1.11 The contractor shall arrange for additional speakers (as required) to address military-specific topics to augment the core job search curriculum. These speakers will be participating during the seminar. 2.0 Government Provide. The A&FRC will furnish or make available to the contractor any documentation deemed necessary to accomplish this task. Will reproduce career transition manuals and distribute to seminar participants at each seminar. Provide necessary equipment and supporting materials, make all arrangement for facilities within the Washington DC METRO area., compile seminar evaluation responses, address evaluation responses including "lessons learned" and proposed corrective action where deficiencies have been identified with contactor. 3.0 Contractor Requirement 3.0.1 Personnel Qualifications Masters Degree or Higher in Human Resource/Career related degree. Seven or more years experience facilitating/counseling/coaching retiring/separating/officer/enlisted personnel who are transitioning from the military. Proven skills facilitating outplacement transition seminars and/or workshops with a minimum of seven or more years experience and providing follow-on transition assistance. Contractor will provide resume and three references with the proposal. Certified in the Myer-Briggs Type Indicator, (Personality Assessments) and use these concepts to assist participants in career choices and transition activities. Five years experience in administration and interpretation of personality assessments and interest inventories for career choice. Certified in William Bridges Leading Individual Transition using the Three-Phase Transition Model to guide individuals through difficult change 4.0 Place of Performance The seminar shall be conducted in the Washington DC METRO area. 5.0 Schedule The seminar shall be three full days (Tuesday-Thursday) form 0800-1600 with 1-hour lunch. 5.1 Contractor shall provide a total of 21 hours instruction per seminar. 5.2 The seminar dates for the base Base year (Nov 3-5, 2009, Feb 2-4, 2010, Apr 6-8, 2010); Option 1 (Aug 3-5, 2010, Oct 19-21, 2010, Feb 1-3, 2011, May 10-12, 2011); Option 2 (Aug 9-11, 2011, Oct 18-20, 2011, Feb 7-9, 2012, May 8-10, 2012); Option 3 (Aug 7-9, 2012, Oct 16-18, 2012, Feb 4-7, 2013, May, 7-9 2013); Option 4 (Oct 7-9, 2013, Feb 4-6 2014, May 6-7 2014, Aug 12-14, 2014).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFDW/AFDW11CONS/FA7012-09-T-0063/listing.html)
 
Place of Performance
Address: Bolling Club, BLDG 20 Thiesen St, Bolling AFB, District of Columbia, 20032, United States
Zip Code: 20032
 
Record
SN01916394-W 20090820/090819000957-cd2ce0cb0ca78ae36d46365479e9eef2 (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.