SOLICITATION NOTICE
U -- Employee Training Options
- Notice Date
- 1/28/2013
- Notice Type
- Presolicitation
- NAICS
- 611430
— Professional and Management Development Training
- Contracting Office
- Office of Personnel Management, Boyers Contracting Group, Boyers Contracting Group, 1137 Branchton Road, Boyers, Pennsylvania, 18018, United States
- ZIP Code
- 18018
- Solicitation Number
- OPM15-13-I-0001
- Point of Contact
- Walter J. Werner, Phone: 724-794-7173, James C. Thieme, Phone: (724) 794-7171
- E-Mail Address
-
walter.werner@opm.gov, james.thieme@opm.gov
(walter.werner@opm.gov, james.thieme@opm.gov)
- Small Business Set-Aside
- N/A
- Description
- This Request for Information (RFI) is issued solely for informational and planning purposes and does not constitute an Invitation for Bids, Request for Proposal, or Request for Quotations. As prescribed by Federal Acquisition Regulation (FAR) Paragraph 15.201(e), responses to this notice are not offers. They cannot be accepted by the Government to form a binding contract, nor do they affect a potential offeror's ability to respond to any future synopsis/solicitation which may or may not follow or restrict the U.S. Government's eventual acquisition approach. Additionally, the U.S. Government will not provide reimbursement for any information that may be submitted in response to this RFI. Respondents are solely responsible for all expenses associated with responding to this RFI. Interested vendors responding to this RFI may provide capability information for all pieces of this requirement or for an entire solution. Respondents will not be notified of any results derived from a review of the information provided; however information gathered may be utilized for technical and acquisition purposes. Time permitting and depending upon the information received individual vendors MAY be contacted for capability demonstrations. The U.S. Government will not pay for any costs associated with such demonstration(s) of products or services. Instructions on responding to this RFI are described under headings ‘VI' and ‘VII' of this RFI. I. Background The U.S Office of Personnel Management (OPM) Federal Investigative Services (FIS) is seeking information from qualified vendors to provide the training options as described in this notice, accessible to FIS employees located in the continental United States and locations around the world. OPM-FIS is headquartered in Boyers, PA and provides investigative products and services for over 100 Federal agencies to use as the basis for suitability and security clearance determinations as required by Executive Orders and other rules and regulations. FIS currently provides over 90% of the Government's background investigations, while conducting over two million investigations annually. FIS currently employs over 2,500 employees who strive to support FIS' overarching mission, providing timely and complete investigative products to customer agencies. II. Purpose and Scope The purpose of this project is to identify sources capable of providing FIS with unlimited training options accessible to FIS employees. The training options should provide a large variety of one and two day live seminars as well as online training options. Pursuing this initiative also directly supports Executive Order 13589, Section 3, by reducing travel costs through use of technological alternatives such as web-based or other online learning media. Due to FIS' diverse population and the fact that employees are located throughout the country, the selected vendor must be able to provide a large variety of quality classroom training resources available in every state. In addition to classroom training options, online training offerings must also encompass the same quality and choice variety. The selected training vendor must provide an online tracking system which will allow National Training Center (NTC) personnel to properly enroll FIS employees in training courses and to verify completed training. The NTC will work directly with the vendor to ensure that training is properly tracked and recorded. The selected vendor must also assist NTC personnel with any technical or enrollment issues as they occur. III. Deliverables The deliverables for this project must include the following: • Memberships for approximately 1,000 to 1,500 employees. • Administrator rights for NTC personnel so they can enroll students and access student learning courses and materials. • Unlimited access to the online training for one year for courses in communication, writing skills, leadership training, personal improvement, soft skills, and other non-technical training and professional development needs. • Unlimited access to classroom courses for one year for courses in communication, writing skills, leadership training, soft skills, and other non-technical training and professional development needs. IV. Target Audience The primary target audience for the training membership will be FIS employees who work at the FIS offices in Washington, DC; Ft. Meade, MD: Boyers, PA; as well as those who work in field locations throughout the continental United States as well as Alaska and Hawaii. FIS-NTC will provide the names of employees who will be enrolled in the membership program. V. Period of Performance The Government contemplates basic award of a one-year contract, with provision for up to four additional option years. Exercise of the option years would be at the sole discretion of the Government. VI. Instructions for Responding to this RFI Responses to this RFI must be submitted electronically to the U.S. Office of Personnel Management Boyers Contracting Group no later than 3:00 P.M. Eastern Daylight Time (EDT) on Friday, February 22, 2013. Submit responses to: walter.werner@opm.gov. Responses to this RFI must conform to the format below and provide the following information: 1. Cover Letter or first page - Must include the following information: a. Company Name b. Company point of contact, telephone number and email address c. Applicable company GSA schedule number, if applicable d. RFI Number OPM15-13-I-0001 e. Vendor's Organization/Company Name, Address, Contact Person Information; f. Vendor's DUNS Number; 2. Responses must be submitted in Microsoft Word and are limited to fifty (50) single spaced pages exclusive of marketing slicks or published information available at time of release of the RFI request. Font size used in your response should be at least 11 point. Margins must be a minimum of one (1) inch on all sides (top, bottom, left, & right). Marketing and/or reference materials, if included, must be placed as the end of the response, in an appendix. 3. Submissions must be in sufficient detail and clarity to provide the information needed for the Government to assess your solution approach. 4. As part of the market research associated with this RFI, we are also seeking pricing information, as applicable, for proposed solutions. This may be in the form of specific pricing from applicable GSA FSS schedules, or commercial pricing if your company offers solutions that may meet particular program specific needs. Any pricing information received is solely for information gathering and planning purposes. 5. Qualifications/Capabilities Statement package as the cover letter. The cover letter or first page must include the following information: a. Business Size and Size Standard: $10.0 Million (average annual sales) b. North American Industry Classification System (NAICS) code: 611430 Professional and Management Development Training NOTE: If you believe another NAICS code is more appropriate for a future solicitation, please provide the proposed NAICS code along with your rationale as to why it is a more appropriate classification for the acquisition. c. Your business size classification for this requirement. Specify whether or not you are a small business; HUB Zone small business; service-disabled, veteran-owned small businesses; 8(a) small business; women-owned small business; or small disadvantaged business in order to assist the government in determining the appropriate acquisition method, including whether a set-aside is possible. Small business suppliers are encouraged to respond and to include a copy of your capabilities statement along with your response in the interest of helping the Government to make a determination as to whether a future acquisition for the services described could be set aside for small business. 6. Interested parties shall provide the following information in their response to this RFI: a. Full or Partial Solution and/or Alternative Solutions - What is the respondent's approach(es) to the requirements stated above? Respondents should formulate their responses as a requirement-by-requirement analysis, with "Not Available" stated clearly next to any requirements their solutions do not meet. b. Nature of the Solution - What approach or mix of approaches (e.g., products, tools, processes, and services) does the respondent believe most appropriate for providing the capability that NTC is requesting. Describe preference and options for implementation. c. Vendor Experience - Please describe the vendor's experience implementing the solution described above. In addition to the vendor's experience implementing the solution described above, please describe results that customers have obtained in terms of the vulnerabilities that have been discovered and remedied. Vendors should provide references for at least two clients where a similar service has been performed within the past five years. d. Related Services - Describe any related services which you have determined could assist in meeting the requirements listed throughout. 7. Miscellaneous - Suggestions regarding the SOO are welcome. If you have suggestions which you believe would improve the document, please list your suggestions in an appendix. 8. Please note that the collection of this data does not obligate the U.S. Government to the incorporation of the solicited comments in any future procurement action nor does it obligate the Government to the procurement of any services or products related to this RFI. Proprietary information should not be included in the RFI response. Responses to this RFI will not be returned. VII. Questions and Answers Concerning the RFI Questions regarding the contents of this RFI should be submitted via email to: Walter.Werner@opm.gov no later than 3:00PM Eastern Daylight Time on Wednesday, February 6, 2013. Question and Answer Responses will be posted to the FedBizOpps website not later than 4:00PM on Tuesday, February 12, 2013. Primary Point of Contact: Walter J. Werner Contracting Office Address: 1137 Branchton Road Boyers, Pennsylvania 16018 United States Place of Contract Performance: Refer to "Purpose and Scope' section of this RFI
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/ec5c0918bfe787a01f02fa70cc412667)
- Place of Performance
- Address: Refer to 'Purpose and Scope' section of this RFI concerning place of contract performance., United States
- Record
- SN02973471-W 20130130/130128234038-ec5c0918bfe787a01f02fa70cc412667 (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 |