Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 29, 2012 FBO #3931
MODIFICATION

U -- Verbal Communication Training

Notice Date
8/27/2012
 
Notice Type
Modification/Amendment
 
NAICS
611430 — Professional and Management Development Training
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, USASOC, ATTN:E-2929, Fort Bragg, North Carolina, 28310
 
ZIP Code
28310
 
Solicitation Number
H92239-12-T-0035
 
Archive Date
10/31/2012
 
Point of Contact
Gloria J Harris, Phone: 910-432-6978
 
E-Mail Address
harrisgl@soc.mil
(harrisgl@soc.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The purpose of this amendment is to clarify that the Government is requesting 1 five day instructor course and 5(3 day) basic courses. The 3 day basic course is to be taught Monday through Friday and the exact dates are to be determined after award. The US Army Special Operations Command, Fort Bragg, North Carolina has a requirement for one verbal communication training. The contractor shall provide all labor, equipment, materials and transportation unless stated in the specifications. This is a combined synopsis solicitation for commercial items prepared in accordance with FAR Subpart 12.6 and 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. All persons responding must reference solicitation number H92239-12-T-0035 which is being issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-60 effective 26 July 12. It is the contractor's responsibility to be familiar with all applicable clauses and provisions. Full text clauses and provisions are available at http://farsite.hill.af.mil. This requirement is a 100% set aside for a small business. The North American Industry Classification System Code (NAICS) is 611430 - Professional and Management Development Training and the size standard is $7,000,000.00. REQUIREMENT. The U.S. Army Special Operations Command (USASOC), Fort Bragg, North Carolina has a requirement for a one (5) day Effective Communication Defense Certification course and five (3)-day Effective Communication Defense and Influence Basic Courses. The contractor shall a provide communication defense certification course and basic courses that will significantly improve the attendees' communication skills, ability to respond during conflict, and overall confidence in dealing with others, to include public safety and private security professional, military personnel, executives, those that conduct daily customers service representatives business, social workers, mental health workers and medical professionals. PROVISIONS AND CLAUSES INCORPORATED BY REFERENCE: The following Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) provisions and clause are hereby incorporated by reference to this procurement action. FAR 52.204-7, Central Contractor Registration. FAR 52.212-1, Instructions to Offerors -Commercial Items applies. FAR 52.212-2, Evaluation Commercial Items, is applicable to this requirement with the following clause addenda to paragraph (a), EVALUATION AND AWARD: Award will be made to the responsible offeror whose offer conforms to the Request for Quotation and is the "Best Value" to the Government with appropriate consideration given to the three (3) evaluation factors: (1) Technical Capability, (2) Past Performance, and (3) Price which are listed in descending order of importance. 1. Technical Capability (a) The accuracy and extent to which the offer demonstrates a complete understanding of the requirements of the SOW and conveys methodologies, techniques and a detailed technical approach that enhances the likelihood of satisfactory performance and performance quality. The ability to meet or exceed the required training objectives as stated in the statement of work. At a minimum the contractor shall provide a proposed POI (Program of Instruction) to accomplish these training objectives. The Government shall be authorized to utilize the proposed POI to be utilized by the graduates of the certification course. At a minimum include a description of the Terminal Learning Objectives, Method of Instruction, instructor to student ratios, course schedule and sample scenarios. Each offeror shall provide sample resumes of key instructors. (b) Documented Corporate Technical Experience. To be technically acceptable, the submitting offeror shall demonstrate recent experience and institutional knowledge in conducting the requested training. The Government will evaluate each offeror's organizational experience on the basis of its depth and its relevance to the work that will be required under the prospective contract. 2. Past Performance. Past performance is a measure to which an offeror satisfied its customers in the past and complied with Federal, state, and local laws and regulations. The Government will contact some of each offeror's customers to ask whether or not they believe: (1) that the offeror was capable, efficient, and effective; (2) that the offeror's performance conformed to the terms and conditions of its contract; (3) that the offeror was reasonable and cooperative during performance; and (4) that the offeror was committed to customer satisfaction. In evaluating past performance the Government will contact some of the references provided by the offeror and other sources of information, including, but not limited to: Federal, state and local government agencies, better business bureaus, published media, and electronic data bases. The Government will not evaluate an offeror's organizational past performance on the basis of the personal past performance of the offeror's key personnel. The Government may evaluate the organizational past performance of the offeror's proposed key subcontractors. Offerors shall provide name, title & telephone number of principal on no less than three contacts for similar services performed during the previous three (3) years. 3. Price-Overall total price will be evaluated based on adequate price competition for fairness and reasonableness. The total price is a firm fixed price per course for the number of students noted. No alternate offers are authorized. The Government intends to award without discussions. Therefore, offerors are advised to consult with the Contracting Officer before submitting an offer that takes exception to any term or condition of this RFQ. However, the Government reserves the right to conduct discussions and to permit offerors to revise their offers. Relative Importance of the Evaluation Factors. Nonprice evaluation factors, when combined, are significantly more important than price. Technical Capability and Past Performance Factors, when combined, are significantly more important than Price. However, the Government will not select an offeror for award on the basis of a superior capability without consideration of the price proposed. The relative influence that Nonprice factors and price will have on the source selection will depend on the marginal differences among the offerors (see Source Selection Decision below). Source Selection Decision. In evaluating offers, the Government will make appropriate tradeoffs when required and select the offer that is most advantageous to the Government. Offerors are cautioned that an award may not necessarily be made to the lowest priced offeror. For example, if one offeror has the better technical score and past performance and the lower price, then that offeror will be the best value. If one offeror has the better technical score and lower price but past performance is rated low, the source selection authority will decide whether the lower price is worth the low past performance. If one offeror has the better technical score and past performance and the higher price, then the source selection authority will decide whether the difference in the technical score and past performance is worth the difference in price. If the source selection authority considers the better technical score and past performance to be worth the higher price, then the more capable, higher-priced offeror will be the better value. If not, then the less capable, lower-priced offeror will be the better value. The Source Selection Authority will continue to make paired comparisons until the best value offeror has been selected. 52.212-3, Offeror Representations and Certifications-Commercial Items and Defense Federal Acquisition Supplement (DFARS) 252.212.7000, Offeror Representations and Certifications-Commercial Items are applicable to this requirement and offerors shall include a completed copy of the Representations and Certifications with their bid. FAR 52.212-3 Alt I, Offeror Representations and Certifications-Commercial Items. FAR 52.212-4, Contract Terms and Conditions, Commercial Items. FAR 52.222-3, Convict Labor. FAR 52.222-19, Child Labor - Cooperation with Authorities and Remedies. FAR 52.222-21, Prohibition of Segregated Facilities. FAR 52.222-22, Previous Contracts and Compliance Reports. FAR 52.222-41 Service Contract Act of 1965 FAR 52.222-25, Affirmative Action Compliance. FAR 52.222-37, Employment Reports On Special Disabled Veterans, Veterans Of The Vietnam Era, and Other Eligible Veterans. FAR 52.225-1, FAR 52.225-4, Buy American Act--Free Trade Agreement--Israeli Trade Act Certificate. FAR 52.225-13, Restrictions on Certain Foreign Purchases. FAR 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration. FAR 52.246-2 Alt I, Inspection of Supplies-Fixed Price. FAR 52.252-2, Clauses Incorporated By Reference. FAR 52.252-6, Authorized Deviations in Clauses. DFARS 252.204-7004, Required Central Contractor Registration Alt A. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Status or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Deviation). DFARS 252.232-7003, Electronic Submission of Payment Requests. SOFARS 5652.201-9002, Authorized Changes only by the Contracting Officer with the following clause addenda: The address and telephone number of the Contracting Officer is Gloria Harris, HQ, USASOC, E-2929 Desert Storm Drive (Stop A), DCS, Acquisitions and Contracting, Fort Bragg, NC 28310-9110, Com: 910-432-6978 ; Fax: 910-432-9345; harrisgl@soc.mil.. SOFARS 5652.219-9004, Technical and Contractual Questions Concerning this solicitation using the same contact information identified in clause 5652-201-9002. The Service Contract Act is applicable to this requirement. The wage determination based on the place of performance at award is applicable to this requirement. Wage Determinations may be downloaded from the following websites: http://www.wdol.gov or http://servicecontract.ntis.gov PLACE OF PERFORMANCE/ ACCEPTANCE POINT: Delivery location is Fort Bragg, North Carolina 28310. Full acceptance address will be provided upon award. DUE DATE. Offers shall be submitted not later than 1:00 pm EST, 4 September 12. Offers shall be in writing in order to be considered. Offers may be emailed to harrisgl@soc.mil, faxed to 910-432-9345, Attn: Gloria J. Harris, or mailed to HQ USASOC, ATTN: AOCO (Gloria Harris), E-2929 Desert Storm Drive, Fort Bragg, NC 28310. REQUEST FOR QUOTES QUESTIONS. Questions shall be submitted to Gloria J. Harris, harrisgl@soc.mil or faxed to (910) 432-9345, Attn: Gloria Harris NLT 30 August 2012. Telephonic questions pertaining to the technical requirement of this solicitation will not be answered, but emails requesting technical clarity will be sent to the technical representative. It is the offeror's responsibility to ensure e-mail or fax submissions are received by the Contracting Specialist. If an acknowledgement is not received, please contact Gloria Harris at (910) 432-6978. Vendors are encouraged to contact the Government for clarification if there are, or appear to be, errors, omissions, or inaccuracies in the RFQ. Government point of contact is Gloria Harris. SECTION C PERFORMANCE WORK STATEMENT (PWS) C.1. GENERAL C.1.1. SCOPE OF WORK. Instruct an Effective Communication (Verbal) Defense and Influence Certification and Basic Course. The Contractor will certify a maximum of 25 military and/ or civilian members with the qualifications, courseware, materials, to teach, mentor and certify other military members and or civilians utilizing a non lecture-based method of instruction. Contractors shall provide an Effective Communication Defense and Influence Basic Course utilizing consistently guide discovery, simulation scenarios, videotaping approach that will allow members attending a Basic Course to capture performance and positive group debriefing techniques. Contractor shall provide knowledgeable instructors, courseware material and learning objectives for the Effective Communication Defense and influence Basic Course. Upon graduating the Instructor course members are Certified to instruct the Effective Communication Defense and Influence Basic Course. The contractor shall certify the 25 military/civilians to instruct, teach, train and mentor a class size of 25 military or civilian member(s), and provide knowledge to significantly improve individual communication skills, ability to respond during conflict and overall confidence in dealing with others within the public safety and private security professional, military personnel, executives within the work force, customers service representatives, social workers, mental health workers and medical professionals. The contractor shall instruct five(5) iterations of an Effective Communication Defense and Influence Basic Course - with two concurrent Basic Courses being instructed / taught during the same interval / time on two different occasions with each class size being instructed with a maximum of forty (40) military and or civilian members and then the fifth and final class. Provide attendees the ability to significantly improve their communication skills, ability to respond during conflict and overall confidence in dealing with others, to include public safety and private security professional, military personnel, executives, those that conduct daily customers service representatives business, social workers, mental health workers and medical professionals. The contractor shall provide all personnel, equipment, tools, materials, supervision and other items and services necessary to perform the Effective Communication Defense and Influence Instructor Certification Course and the Effective Communication Defense and Influence Basic Course, as defined in this Performance Work Statement (PWS) except as specified in Section C-3 as Government furnished property and services at Fort Bragg, North Carolina. The contractor shall perform to the standards in this contract, with Certification Certificates provided to all that achieve or exceed course standards. The Contractor shall provide all materials, labor, and supplies necessary for training, unless otherwise listed as Government-furnished C.1.2. REQUIREMENTS Provide courseware, instruction plan and terminal learning objectives to instruct and teach The Effective Communication Defense and Influence Certification and Basic Course. Minimum Terminal Learning Objective : • Team Tactics for special weapons and tactics certification and crowd management control • Countermeasures active Instructional Systems of Unarmed Blocking using Striking Techniques and Force management styles to aggressive control conflict environment • Guide discovery, simulation scenarios videotaping method approach to capture performance of a positive group debriefing techniques • Authorize educator with certification to Instruct and certify attendees that achieve or exceeds course standards • In the absence of conflict, the Communication Defense & Influence course should improve an individual's interpersonal skills, self-confidence in dealing with others, effectiveness in responding to others, and ability to maintain mental and emotional safety in crisis interventions, workplace relations, customer service and personal interactions. • The course up-tempo within crisis situations shall provide an approach for determining and decision making within midst of conflict, provide approach if/when de-escalation of situation no longer possible, and definitive action as appropriate, and produce minimal risk with, applications in crisis interventions, workplace relations, customer service and personal interactions Principle Subjects: • Preventing interpersonal discord • Managing communication abuse and bullying • Defusing confrontations • De-escalating violence • Generating voluntary compliance • Building cooperation and collaboration • Improving customer service • Lowering workplace stress levels • Enhancing professionalism • Determine whether to pursue negotiations or to meet objectives and mission requirements in other ways • Establish a negotiating strategy before entering negotiations • Establish all necessary protocols for negotiation • Discuss the crucial elements of every negotiation • Obtain adequate information to establish and support a negotiating strategy • Use of external power in negotiations • Recognize and manipulate non-communication communications • Fundamentals of behavior and communication • Conflict management and constructive confrontation. C.1.3. PERSONNEL C.1.3.1. Contract Manager. The contractor shall provide a contract manager who shall be responsible for the performance of the work. The name of the primary and alternate(s) shall act for the contractor when the manager is absent shall be designated in writing to the Contracting Officer. The Contract Manager Qualification and special requirements are listed below, the contract manager can be one of the "Working" Employees under the Contract but must possess the instructor qualifications. C.1.3.1.1. The contract manager or alternate shall be available during hours courses are being instructed or operation. C.1.3.1.2. The contract manager and alternates(s) must be able to read, write, speak and understand English C.1.3.2. Employees. The Government has the right to restrict the employment under the contract of any contractor employee, or prospective contractor employee, who is identified as a potential threat to the health, safety, security, general well being or operational mission of the installation and its population. C.1.3.2.1. The contractor shall not employ any person who is an employee of the United States Government if the employment of that person would create a conflict of interest. C.1.3.2.2. The contractor is cautioned that off duty active military personnel hired under this contract may be subject to permanent change of station (PCS), change in duty hours or deployment. Military Reservists and National Guard members may be subject to recall to active duty. Their absence at any time shall not constitute an excuse for nonperformance under this contract. C.1.3.2.3 The contractor shall identify guidelines to maintain instructor certification for attendees. The contractor shall specify method for renewal of instructor's certification course. C.1.4. PHYSICAL SECURITY. The contractor shall be responsible for safeguarding all Government property provided for contractor use. At the close of each work period, Government facilities, equipment and materials shall be secured. RAPID GATE PASS to apply for Access to Installation with Rapid Gate Pass, information located at the following Hyperlink: http://www.eidpassport.com/forms C.1.5. HOURS OF OPERATION. C.1.5.1. Normal Hours. The contractor shall maintain the following instruction hours: The contractor shall accomplish this work between the hours of 0730 am and 4:30 pm, Monday through Friday. No work will be conducted on weekends or Federal holidays without prior approval from the contracting officer. The request must be coordinate through the COR to the Contracting Officer C.1.5.2. Recognized Holidays. The Contractor is not required to provide service on the days listed below. If such a holiday falls on a scheduled service day, services scheduled for that day shall be made on the following work day. Any service rescheduled under this paragraph shall be accomplished in addition to all normal services for that day. Any holiday rescheduling shall be at no additional cost to the government. New Year's Day Martin Luther King Birthday President's Day Memorial Day Independence Day Labor Day Columbus Day Veterans' Day Thanksgiving Day Christmas Day C.1.5.3 Observance of Military Training days. The dates will be identified and confirmed by Contracting Officer. Effective communication defense and influence Training Course will be instructed at Aaron Bank Hall, Fort Bragg, NC 28310 C.1.5.4 Course Information. The contractor shall provide their version of certification/completion, of the Instructor Course and ensure that all instructors that attend achieve or exceed the course standards. The student will be given a certificate of completion, with additional documentation that will provide that individual authority to instruct / teach the basic effective communication defense and influence basic course. Effective Communication Defense and Influence Instructor Certification Course Course # Seats Day/Time Begin/End Dates Begin/End Dates Effective Communication Defense & Influence Instructor Certification Course 25 M-F 07:30 AM - 4:30 PM TBD TBD Method of instruction: Employ(s) experiential and learning-centered approach Instructor to student ratio: Max: 1:15 Opt: 1:13 Min: 1:10 Time of instruction: 5.0 days Media: consistently guide discovery, simulation scenarios, videotaping Effective Communication Defense and Influence Basic Course Course # Seats Day/Time Begin/End Dates Begin/End Dates Effective Communication Defense & Influence Basic Course 40 M-F 07:30 AM - 4:30 PM TBD TBD Effective Communication Defense & Influence Basic Course 40 M-F 07:30 AM - 4:30 PM TBD TBD Effective Communication Defense & Influence Basic Course 40 M-F 07:30 AM - 4:30 PM TBD TBD Effective Communication Defense & Influence Basic Course 40 M-F 07:30 AM - 4:30 PM TBD TBD Effective Communication Defense & Influence Basic Course 40 M-F 07:30 AM - 4:30 PM TBD TBD Method of instruction: Employ(s) experiential and learning-centered approach Instructor to student ratio: Max: 1:20 Opt: 1:18 Min: 1:15 Time of instruction: 3.0 days Media: consistently guide discovery, simulation scenarios, videotaping *The Government will coordinate with the awardees concerning the probable training dates immediately after award. Dates are subject to change to meet operational needs but the Government will make every attempt to provide at least a one weeks' notice. The class dates are to be determined and coordinated with the awardee and based on the unit's Military Training Mission. C.1.6. GOVERNMENT FURNISHED PROPERTY AND SERVICES. The Government shall provide, without cost, the facilities, equipment, materials, and/or services listed below. C.1.6.1. Facilities. Connective to non-classified network, Contractor shall coordinate with USASOC, USAJFKSWCS POC to ensure connectivity to hyperlink required to conduct course, approval by help desk at 910-432-7627 twenty days prior to start of course for required hyperlink access for live data. C.1.6.2. Equipment Accountability. Laptop(s), maintain continuous property accountability. C.1.7. CONTRACTOR FURNISHED ITEMS AND SERVICES C.1.7.1. GENERAL. Except for those items or services specifically stated to be Government furnished in Section C-3, the contractor shall furnish everything required to perform this performance work statement. The Contractor shall provide the following Courseware and Material to instruct: Effective Communication Defense and Influence Instructor Certification Course - one (1) Iteration Effective Communication Defense and Influence Basic Course - five (5) iterations
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/FortBraggNC/H92239-12-T-0035/listing.html)
 
Place of Performance
Address: Fort Bragg, Fort Bragg, North Carolina, 28310, United States
Zip Code: 28310
 
Record
SN02856727-W 20120829/120828000221-4a0f5b2085f29ac616bcdb1d3c10cbc1 (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.