Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 05, 2010 FBO #3207
SOLICITATION NOTICE

R -- INTENT TO RESTRICT TO 8(A) FIRM - GENERAL FUNDS ENTERPRISE BUSINESS SYSEMS (GFEBS) CONSULTANT AND TRAINING SERVICES

Notice Date
9/3/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611430 — Professional and Management Development Training
 
Contracting Office
USACE HNC, Huntsville, P. O. Box 1600, Huntsville, AL 35807-4301
 
ZIP Code
35807-4301
 
Solicitation Number
W912DY10XGFEBY
 
Response Due
9/7/2010
 
Archive Date
11/6/2010
 
Point of Contact
Nancy.Wilhite, 256-895-1124
 
E-Mail Address
USACE HNC, Huntsville
(nancy.a.wilhite@usace.army.mil)
 
Small Business Set-Aside
Competitive 8(a)
 
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; proposals are being requested and a written solicitation will not be issued. The U.S. Army Engineering and Support Center in Huntsville, AL intends to execute a sole-lource award to the Binary Group, Arlington, VA, an 8(a) This a requirement for special instructions and consulting services to provide onsite support and training for the newly developed General Funds Enterprise Business System (GFEBS) deployment and A-76 contract transition at Fort Gordon, GA and other installations. Support will include representation of Directorate of Public Works, Garrison, HQ IMCOM, and GFEBSs leadership forums; provide leadership and guidance for coordinating current business rules and processes with the changes required by using GFEBS; mentoring public works managers, providing input for the Armys GFEBs pre and post deployment training programs and platform instruction. The training curriculum would include a combination of lectures and follow on discussions which include group exercises and case studies shall be utilized to reinforce learning objectives and to encourage student involvement. The consultation service would include planned and on-the-spot discussions and demonstrations relative to skills and knowledge necessary to effectively use the GFEBS. Training Development: Using the Corps of Engineers Systems Approach to Training (COSAT) process courses will be designed and developed to teach specifics of the GFEBS operation and functionality. Teaching methodologies shall enhance the application of principles and objectives stressed in these training courses and encourage student involvement, as well as familiarization and preparation for deployment of the GFEBS. CONTRACTORS REQUIREMENTS AND TASKS: (a) The contractor will be responsible for and must maintain the familiarity of the GFEBS system to developing training to teach the various facets and learning concepts required in new systems deployment. The contractor will provide all services, personnel, materials, audio visual aids, and training aids (other than those provided by the government) as needed for instructional purposes. (b) In the capacity as consultant the contractor will research, coordinate, integrate formal training, and validate as required, to enlighten users and potentials users in application for utilization of the GFEBS. Consultant services will include, but not limited to, activities, projects and new initiatives associated with deployment of a new system. (c) The contractor shall attend a one-day post award meeting with the government to discuss in detail the expected services/supplies to be delivered and the due dates for delivery of deliverables. Unless otherwise specified, the meeting will be held in Huntsville, AL. Contractor representation shall be limited to two personnel, including lead instructor. Course materials shall not be reproduced until final approval is granted by the course manager. Contractor shall arrange this meeting within 5 days after award. All materials developed under this work order will become property of the United States Government. Schedule of Instruction: The contractor shall develop a schedule of instruction (SOI) for each training course. (a) The SOI is a chronological listing of the major subjects and sub-subjects to be taught in the course and becomes the basis for development of other course data. The SOI shall be utilized as the control document for the actual conduct of the training courses. The class day shall run from 8:00 a.m. and end at 5:00 p.m. (b) The SOI for each course shall provide a framework for the development of other course materials. (c) The approved SOI shall be published as a part of the student training course manual and shall not be changed or deviated from without written approval from the course manager. Note: Course materials for GFEBS is at the site below. ftp://ftp.usace.army.mil/usace/hnc/GFEBS%20Documents/ The instructor lesson plan (ILP) shall be developed from the SOI. (a) The ILP shall serve as the instructor's primary guide for topic sequencing and accomplishment of learning objectives during the conduct of the course. The ILP shall include all subjects with the necessary information to support the objectives. Sufficient detail shall be provided to lead the instructor smoothly and comprehensively through each presentation. Learning objectives stated in the ILP shall be measurable. Each learning objective shall be annotated on the ILP to which it relates. (b) Pretest and Posttest: The contractor shall develop the test for measurement of student achievement (pretest and posttest) for each course. (c) The criterion referenced pretest and posttest shall contain not more than 30 multiple-choice questions. Each multiple-choice question shall contain a stem, a correct response, and three (3) viable distracters, labeled: A, B, C and D. Responses and distracters, such as none of the above and all of the above shall not be used. The test items shall be directly related to the subjects objectives. Correct responses shall be balanced between the four possible lettered alternatives. The pretest and posttest shall contain the same questions. However, the posttest questions and answer choices shall be arranged in a sequence different from that used in the pretest. The questions on the pretest should be arranged in the sequence that subjects will be presented. The test items on the posttest should be randomly arranged. e) Course Manual: The contractor shall develop a course manual for each course of instruction. (f) The manual should supplement the instruction. It should provide the student with clear, concise study materials required to accomplish the objectives. The manual shall be provided to each student and should be used both during and after the course as a reference manual. The manual shall consist, as a minimum, of the following: the schedule of instruction, biographical sketches of the instructional staff, course learning objectives, a complete course outline, a glossary, paper copies of slides utilized in the course, blank sheets of paper for student notes, and pertinent technical references. Each section of the manual shall be tab marked. At the beginning of each section of the course manual, inside each tab, shall be a clearly worded and specific list of learning objectives pertinent to that section. The manual shall not contain any copyrighted material. The government will furnish the student manual front cover to the contractor for reproduction. The contractor shall develop audiovisuals as required for each course. (a) Visual aids shall be an extension of the instructor's communication skills, cause direct involvement in the instruction, and teach the objectives. Visual aids shall not be copies of the instructor lesson plans or of the student course manual. A paper copy of each slide shall be included in the student training manual. The audio visual aids that are utilized in the presentation of this course shall not be copyrighted. In the event films, videos, etc., are utilized, those that are not developed exclusively for this course will not exceed 10% of class time. Suggested films or videos shall be identified to the government at the post award meeting. (b) The contractor shall put the audiovisuals on a compact disc for use in the course. Audio visuals can be in power point or a similar program. (c) The contractor shall notify the government at the post award meeting of Audiovisual equipment required for training purposes. 3.0 The instructor/Consultant Qualifications. At least 4 years experience and shall have a thorough knowledge background of process management methodologies and application development techniques and Public Works Managements. Basic knowledge of the Government's General Fund Enterprise Business System (GFEBS) is desired. A draft SOI shall be submitted along with the contractors quote for each training course. This draft will be reviewed at the post award meeting and revised as required based on the feedback given at a post award meeting. (b) One CD and two hardcopies of the final deliverables listed below shall be delivered (c) IAW with the schedule established at the post award meeting. "Schedule of instruction "Instructor lesson plans "Pre and post tests for measurement of student achievement "Student course manual-to include supplemental materials "Audiovisual aids "Practical Exercises, case studies, group activities, handouts, etc. (d) The contractor shall provide a master copy of approved pre/posttests, workbooks,training materials, and other course materials and ship them to the ULC with one month lead time prior to course start date. The materials will be distributed at the course site at the start of the session. The Government will also ship binders for the workbooks, if applicable. (e) Any minor corrections needed to the approved SOI, ILPs, handouts, visual aids, and student workbooks/manuals for subsequent sessions, shall be made and submitted for approval within five business days of notification of changes (ten business days for major corrections). Equitable adjustment will not be provided for any revisions necessitated by government review. 5.0 Government furnished personnel, materials, and equipment, as required. "Registration forms "Test answer forms "Corps of engineers certificates of completion "Desk name cards "Corps of Engineers 3 ring binders for each course "Student end of course evaluation forms "Attendance record form "Classroom facilities " Standard classroom equipment Contractor Manpower Data Reporting. (a) The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the contractor will report contractor manpower information (including subcontractor manpower information) required for performance of this contract. The contractor shall submit all the information required in the format specified at the following web address: http://cmra.army.mil/default.aspx The required information includes: (1) Contract Number (2) Delivery Order Number (if applicable) (3) Task Order Number (if applicable) (4) Requiring Activity Unit Identification Code (UIC) (5) Command (6) Contractor Contact Information (7) Federal Service Code (FSC) (8) Direct Labor Hours (9) Direct Labor Dollars (10) Location Information (where contractor and subcontractors (if applicable) performed the services Note: Contractors shall fill in the above fields on the website. (b) Reporting period will be the period of performance not to exceed 12 months ending September 30 of each government fiscal year and must be reported by 15 October of each calendar year. If your particular contract crosses fiscal years, 2 entries must be made to capture the data for the contract period; for example if the contract start date is 1 January 2010 and end date is 31 December 2010, the data for the period from 1 January 2010 through 30 September 2010 shall be entered December 2010 shall be entered no later than 15 January 2011. The UIC for USACE is W2V6AA. 7.0 Prior to award a meeting with the Contractor, an HNC Contracting Official, and a ULC Representative will be held to discuss specifics roles of the government as they relate to deliverables. 8.0 Government Points of Contact: Betty J. Batts USACE Learning Center Tel: (256) 895-7477 Email: betty.j.batts@usace.army.mil Ms. Janine Wright USACE Learning Center Tel: (256) 895-7431 Training Schedule GFEBS13-17 September 10 Ft. Gordon, GA GFEBS20-24 September 10 Ft. Gordon, GA GFEBS 4-8 October 10 Ft. Gordon, GA GFEBS 11-15 October 10 Ft. Gordon, GA No hard copy or facimile submissions will be accepted. Interested firms should e-mail a response to Nancy.A.Wilhite@usace.army.mil no later than Tuesday,7 September 2010 at 5:00 p.m. CDT Any questions concerning this requirement should e submitted electronically via e-mail to the Contract Specialist, Nancy.A.Wilhite@usace.army.mil and the Contracting Officer, Donna Ragucce at Donna.M.Ragucci@usace.army.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA87/W912DY10XGFEBY/listing.html)
 
Place of Performance
Address: USACE HNC, Huntsville P. O. Box 1600, Huntsville AL
Zip Code: 35807-4301
 
Record
SN02267410-W 20100905/100903234902-df00b398ad7aafae4d5858e770debe99 (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.