Training Instructors

expired opportunity(Expired)
From: Federal Government(Federal)
DJA-22-AACD-PR-0001

Basic Details

started - 04 Jan, 2022 (about 2 years ago)

Start Date

04 Jan, 2022 (about 2 years ago)
due - 06 Jan, 2022 (about 2 years ago)

Due Date

06 Jan, 2022 (about 2 years ago)
Bid Notification

Type

Bid Notification
DJA-22-AACD-PR-0001

Identifier

DJA-22-AACD-PR-0001
JUSTICE, DEPARTMENT OF

Customer / Agency

JUSTICE, DEPARTMENT OF (28645)ATF ACQUISITION AND PROPERTY MGMT DIV (605)ATF (605)
[object Object]

SetAside

SBA(Total Small Business Set-Aside (FAR 19.5))

Attachments (1)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this Notice. This announcement constitutes the only solicitation for which quotations are being requested. Another written solicitation will not be issued.This Request for Quotation (RFQ) document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2021-06, effective June 10, 2021.The National Academy of the Bureau of Alcohol, Tobacco, Firearms, & Explosives (ATF) requires a contractor to deliver various Training courses, please read the attached statement of work and the below information carefully when submitting your quotation response. Blanket Purchase Calls will be the funded document for each day that is assigned throughout the life of this agreement.Price — the contractor shall propose a fixed daily rate and a fixed ½ day
rate (less than 4 hours) for the Statement of Work (SOW) provided.All proposed rates should include all anticipated charges, except travel and per diem that is allowable under Federal Travel Regulations (local travel is not reimbursable).  Travel and lodging will be considered Other Direct Costs (ODC) which will be paid outside the firm fixed daily rate.Contract Instructor will bill actual time scheduled/worked during events, and associated travel, lodging, and per diem costs.  Travel time will not be charged separately and must be incorporated into the daily fees if the facilitator wishes to be compensated for the time. If the contractor’s price is bound by any special conditions, these conditions must be stated in the Price Proposal.b)   Prices —the contractor shall propose fixed daily rates and 1/2-day rates by Contract Line Item Number (CLIN) list below.  1/2-day is considered 4 hours of work or less. PRICING SCHEDULE (Dates listed below are subject to change based on actual award date)Base Year:                   04/01/2022 thru 03/31/2023 CLIN  DESCRIPTION                                                      UNIT               Full Day                  Half Day CLIN 0001   Instructor’s Firm Fixed Price Fee         Day                 _________             ___________                                                                                                            Option Period One:     04/01/2023 thru 03/31/2024CLIN  DESCRIPTION                                                      UNIT               Full Day                  Half Day CLIN 1001   Instructor’s Firm Fixed Price Fee         Day                 _________             ___________                                             Option Period Two:     04/01/2024 thru 03/31/2025 CLIN  DESCRIPTION                                                      UNIT              Full Day                  Half Day  CLIN 2001   Instructor’s Firm Fixed Price Fee         Day                 _________             ___________                                                 Option Period Three:     04/01/2025 thru 03/31/2026CLIN  DESCRIPTION                                                      UNIT               Full Day                  Half Day CLIN 0001   Instructor’s Firm Fixed Price Fee         Day                 _________             ___________Option Period Four:     04/01/2026 thru 03/31/2027CLIN  DESCRIPTION                                                      UNIT               Full Day                  Half Day CLIN 0001   Instructor’s Firm Fixed Price Fee         Day                 _________             ___________Ordering Instructions/InformationBlanket Purchase Agreement (BPA):Not to Exceed Call - $10,000Authorized Maximum for Life of BPA - $150,0001.  INDIVIDUALS AUTHORIZED TO ORDER: Program office personnel who are authorized to place BPA calls under this agreement, not to exceed the dollar limitation per call specified herein will be identified in the awarded BPA.  Any ATF Contracting Officer within the limits of their warrant authority, may approve a BPA call up to $150,000.  Individuals making BPA Calls will identify themselves by name, office, Blanket Purchase Agreement Number, and Call Number.                         2.  EXTENT OF OBLIGATION The Government is obligated only to the extent of authorized orders placed against the BPA. 3.  PRICING The contractor warrants that the price of supplies or services furnished are not more than those he would charge his most favored customer(s) for like supplies or services in like quantities. 4.  ORDER LIMITATIONNo individual transaction under this BPA shall exceed $10,000 by the Program Office without approval of the ATF contracting officer.  5.  MAXIMUM ORDER LIMITATION (MOL) Cumulative BPA calls will not exceed $150,000 over the Life of BPA 6.  SALES/DELIVERY TICKETThe contractor shall prepare a Sales/Delivery Ticket for each order placed under this BPA, showing the following:Name of supplier;BPA number;Date of call and name of person call;Call Number;Itemized list of supplies or services furnished;Quantity, unit price, and extension of each item less applicable discounts (unit price and extensions need not be shown incompatible with the use of automated systems, provided that the invoice is itemized to show this information;Date of delivery;The signature of the Government employee receiving the supplies and/or services.  One copy of the signed Sales/Delivery Ticket shall be given to the person receiving the order and a LEGIBLE (preferably the original) copy shall be attached to the invoice submitted under this BPA.7.  BILLING INSTRUCTIONS:  Invoices shall include the following:BPA NumberBPA Call NumberPeriod of Performance (must be within the BPA period of performance)Legible copy of each Sales/Delivery Ticket Email to:  Finance.branch@atf.gov8.  OTHER INFORMATION:The Government intends to award a single award Blanket Purchase Agreement for a Legal Instructor.Support for the Bureau of Alcohol, Tobacco, Firearms and Explosives located at 99 New York Avenue NE Washington, DC 20226. Period of Performance 04/01/2022 through 03/31/2027. POC Angela Leconte 912-577-0009/Doris Hartley 912-215-1947. The above supplemental clauses/provisions form an integral part of this Blanket Purchase Agreement.Please note:  The Bureau of Alcohol, Tobacco, Firearms and Explosives (ATF) encourages contractors to invoice electronically.  Invoicing electronically saves time, money, and physical storage space for both the Government and the contractor.Each invoice must be a proper invoice in accordance with FAR 32.905(e).  Contractors shall submit invoices electronically to finance.branch@atf.gov. PROPOSAL SUBMISSION FORMAT:The Offeror must provide the below information.Introduction & Table of contents for easy reference. Executive-Level Summary.  Provide a letter formally transmitting the offer/proposal.  Identify the name, address, e-mail address, and telephone numbers of the person(s) whom has the contractual authority and can be contacted concerning any questions about this offer/quote.  Also, include the following as attachments to the letter:(a)    A document containing the following information:-          Name, address, telephone number, e-mail address, DUNS and Cage Code of the contractor and of any corporate affiliate at which work is to be performed.-          The Offeror shall demonstrate its key personnel / experience, technical approach, and past performance in performing tasks like those identified in the Statement of Work (SOW)BASIS OF AWARD Basis of Contract AwardThe Government intends to award a single award Firm Fixed Price Blanket Purchase Agreement. Proposal must be limited to ten (10) pages for both key personnel / experience, technical approach All Objectives within the SOW MUST be addressed. PAST PERFORMANCE Past Performance will require at least Two (2) that are directly related to the contents of the Statement of Work.  The references must have a current point of contact, telephone number; physical address and email address if available.  The referencesAWARD COMMITMENT  Issuance of this solicitation does not constitute an award commitment on the part of the Government. This request does not commit the Government to pay for costs incurred in the submission of a proposal or for any other costs incurred prior to the execution of a formal contract unless specifically authorized in writing by the Contracting Officer. Attention is directed to the fact that a Contracting Officer is the only individual who can legally commit or obligate the Government to the expenditure of public funds should a contract result by reason of a response to this request for proposal.NOTE: All items that are submitted to the Government based on this solicitation will not be returned to the contractor and will become property of the Government.EVALUATION FACTORS FOR AWARDEvaluation Methodology Each factor will be evaluated for compliance with the specifications detailed in the Statement of Work.The Government intends to award a single award Blanket Purchase Agreement for a Legal Instructor who can deliver various legal course instruction based on current laws and regulations.  Such legal courses include ethics laws and regulations, five course firearms laws, explosives laws, confessions, legal resources, search warrants, electronic surveillance and alcohol and tobacco diversion.  The evaluation will determine the overall best value to the Government. In awarding the proposed ATF contract, the following evaluation factors will be utilized to determine the selection of a vendor who offers the best value to the Government. The following factors are in descending order of relative importance (exclusive of cost/price) will be used to evaluate proposals; Key Personnel/Experience; Technical Approach and Past Performance.Order of Importance:1.      Key Personnel/Experience 2.      Technical Approach 3.      Past PerformanceKey Personnel/Experience; Technical Approach and Past Performance are in descending order of relative importance (Key Personnel/Experience is more important than Technical Approach which is more important Past Performance).  Key Personnel/Experience; Technical Approach and Past Performance (when combined) are significantly more important than Price, which is not rated.  As the technical quotations approach equality, price will become more important in making the award determination.  If two or more quotations are determined not to have any substantial technical differences (i.e., are technically equivalent), award may be made to the lower priced quotation.  It should be noted that award may be made to other than the lowest priced quotation if the Government determines that a price premium is warranted due to technical merit. The Government may also award to other than the highest technically rated quotation, if the Government determines that a price premium is not warranted.1. Key Personnel /ExperienceKey Personnel/Experience:  The Government will evaluate degree to which the Offeror’s proposed key personnel/experience (Instructor) resume demonstrates the individual’s ability to execute SOW requirements on the bases of strength of relevant education and training, depth, and breadth of relevant experience. Key Personnel/Experience will include Qualifications (Experience, Education and Training) and Approach to Maintaining Subject Matter Currency.All qualifications must meet or exceed in accordance with the requirements in the Statement of Work.2. Technical Approach The Government will evaluate the degree to which the Offeror effectively demonstrates knowledge, understanding and technical ability to successfully perform and manage the requirements of the Statement of Work.  Additionally, the Government will evaluate appropriateness, soundness and reasonableness of the Offeror’s problem resolution, logistic considerations, corporate commitment to achieve the overall project objectives and methodology for providing resource support will be assessed. 3.      Past Performance   The offerors’ proposal will be evaluated to determine the extent to which their performance demonstrates the likelihood of successful performance in providing requirements similar in size, scope, and complexity of this solicitation. The Government may choose to evaluate publicly available reports, and/or data from the Contractor Performance Assessment Reporting System (CPARS).  The Government may use present and/or past performance data obtained from a variety of sources, not just those contracts identified by offeror. The information gathered for past performance may also be used in the responsibility determination.The government may consider the past performance of other companies when they are team members, affiliates, or significant subcontractors, who will perform major or critical aspects of the requirement when such information is relevant to the acquisition; however, the offeror must clearly explain how these other companies will be significantly involved in the proposed contract.  The Offeror shall provide a detailed summary of the work performed for each past performance reference submitted.  Where possible, ATF intends to interview each reference provided to verify project scope, dollar value and obtain additional past performance information.  The Offeror shall provide telephone, fax, and email for the points of contact for the technical and contractual personnel with each referenced project as well as a description of the referenced contracts/task orders. Price MUST be submitted in a separate volume in accordance with the CLIN breakout above.  Price – Not RatedIn awarding the proposed contract ATF will select a contractor who presents the overall best value to the Government, considering the technical merit of the contractor’s proposal and its evaluated price.  ATF will use the factors above to evaluate the proposal. The proposed labor skill mix associated with the proposed labor rates will be analyzed to determine if the prices proposed for the base period and option periods are reasonable, for the type of work proposed.   As the technical proposals approach equality, price will become more important in making the award determination.  If two or more quotations are determined not to have any substantial technical differences (i.e., are technically equivalent), the Government will make an assessment through a trade-off analysis and other analytic means that involve the evaluation of superior technical capability versus the added cost. Based on Best Value, award may be made to the lower priced quotation.  It should be noted that award may be made to other than the lowest priced quotation if the Government determines that a price premium is warranted due to technical merit. The Government may also award to other than the highest technically rated quotation, if the Government determines that a price premium is not warranted.This requirement is a total small business set-aside. Offerors MUST be registered and Active in the System for Award Management (SAM) system (www.SAM.gov) at the time of quotation submission, pursuant to FAR 52.204-7.Quotes should be submitted via email to simone.rittenhouse@atf.gov by the Close of this RFQ, 2:30pm Thursday, January 6, 2022. The RFQ # (DJA-22-AACD-PR-0001) must be clearly displayed on the Quote and in the Subject of the email. Quotes MUST be good for 30 calendar days after the close of the RFQ and should be submitted in Good-Faith to be responsive. Questions in response to this RFQ must be submitted no later noon on Wednesday, January 6, 2022.  Offeror questions and Government responses will be posted as an amendment to this notice.  Offerors are advised to monitor the beta.sam.gov website for posting of amendments.The selected vendor must comply with the following FAR commercial provisions and clauses, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The selected vendor must also comply with FAR 52.203-18, 52.209-11, and 52.211-6. The full text of these clauses may be viewed via https://www.acquisition.gov/far/.

Brunswick ,
 GA  31524  USALocation

Place Of Performance : N/A

Country : United StatesState : GeorgiaCity : Brunswick

You may also like

Firearms Instructors - Applied Skills Training

Due: 16 May, 2024 (in 20 days)Agency: WA State Criminal Justice Training Commission

SP17-TRNG-L81 Department of State Police Trainings

Due: 10 Oct, 2025 (in 17 months)Agency: State of Massachusetts

FBI HUMINT TRAINING INSTRUCTORS

Due: 31 Oct, 2028 (in about 4 years)Agency: FEDERAL ACQUISITION SERVICE

Classification

naicsCode 611430Professional and Management Development Training
pscCode U008Training/Curriculum Development