The RFP Database
New business relationships start here

The USMS requires an intensive and comprehensive training exercise that provides the trainee with the fundamentals of an inappropriate communication (threats) directed toward USMS protectees.


Virginia, United States
Government : Federal
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

Combined Synopsis Solicitation
Interviewing Techniques and Practical Exercises Training


This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpar12.6, 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.


Solicitation Number DJM-14-A41-Q-0071. This solicitation is issued as a request for quote (RFQ), for a fixed price purchase order contract. The solicitation document and incorporated provisions and clauses are this in effect through Federal Acquisition Circular 2005-74.


This solicitation is issued as a 100% Small Business Set-Aside. All responsible Small Business sources may submit a quotation in response to this solicitation, which shall be considered. A contract may be awarded resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation and is most advantageous to the Government.


Small Business will be verified and proposals received from concerns that do not qualify as a small business shall be considered nonresponsive and shall be rejected upon confirmation of size standard.

The North American Industry Classification system (NAICS) Code for this acquisition is 611430, Professional and Management Development Training; with a corresponding small business size standard of $10.0M.

The United States Marshals Service (USMS) will procure a contractor to provide Interviewing Techniques and Practical Exercises Training. All the work shall be performed in accordance with the Requirements provided.


The awarded purchase order contract will be for one (1) base year and two (2) one (1) year option periods, exercised at the Governments discretion.


Provision 52.212-1, Instructions to Offerors-Commercial does not apply to this acquisition. Instructions have been provided in this combined synopsis solicitation under PROPOSAL INSTRUCTIONS.


Provision 52.212-2, Evaluation-Commercial Items does not apply to this acquisitions. Evaluation Criteria has been provides in this combined synopsis/solicitation under EVALUATION CRITERIA.


A completed copy of the provision at 52.212-3, Offerors Representations and Certifications-Commercial Items, should be included with quote.


Clause 52.212-4, Contract Terms and Conditions-Commercial Items and any addenda to the clause
applies to this acquisition.


Clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Order-Commercial Items, applies to this acquisition.


Additional contract requirement or terms and conditions are listed below:
52.217-8 Option to Extend Services
52.217-9 Option to Extend the Term of the Contract
52.232-18 Availability of Funds


USMS 0001 Release of Residual Funds ($100 or Less)
The contractor is advised when submitting the final invoice under this contract to submit an information copy of the invoice to the Contracting Officer. The invoice must be marked "Information Copy - Final Invoice." If residual funds on the contract total $100 or less, the government will automatically deobligate the residual funds without further communication with the vendor. Upon receipt and payment of the final invoice, it is understood and agreed that all outstanding obligations incurred on the above referenced contract have been satisfied. Therefore, it is further understood and agreed that the government shall not be liable for the payment of any future invoices that may be submitted under the above referenced contract.(End of clause)



USMS 0002 Release of Residual Funds (Greater Than $100)
If funds greater than $100 remain on this contract after the final invoice, the Government will issue a bilateral modification to authorize release of those funds. The contractor's signature on the modification will constitute understanding and agreement that all outstanding obligations incurred on this contract have been satisfied. The Government shall not be held liable for the payment of any further invoices submitted under this contract. The contractor will have up to 30 calendar days after issuance of the modification to sign and return it. Further, failure to sign and return the modification within the stated time period shall be considered acceptance of the government's intent to deobligate the residual funds; and releases the Government from any future liability stemming from or related to this contract.(End of clause)


0003 Acceleration of Payments to Small Businesses
In order for the United States Marshals Service Payment Office to comply with OMB Memorandum M-11-32, all invoices from any small business must include the following statement of self-certification of its small business status:

"I hereby certify that (Company Name) is a small business concern as defined in Federal Acquisition Regulation (FAR) subpart 2.101."

This requirement for certification is in addition to any other invoicing instructions for this contract. Failure to include this certification on invoices may result in delayed payment.(End of clause)


0005 Representation Regarding Felony Conviction Under Any Federal law or Unpaid Delinquent Tax Liability (Deviation 2012-02) (January 2012)
(a) In accordance with sections 543 and 544 of Title V, Division B of the Further Continuing Appropriations Act, 2012 (Pub. L. 112-55), none of the funds made available by that Act may be used to enter into a contract, memorandum of understanding, or cooperative agreement with a corporation --

(1) convicted of a felony criminal violation of any Federal law within the preceding 24 months, unless an agency has considered suspension and debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government, or

(2) with any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability,

unless an agency has considered suspension and debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government.

(b) By accepting this award or order, in writing or by performance, the offeror/contractor represents that --

(1) the offeror is not a corporation convicted of a felony criminal violation under any Federal law within the preceding 24 months; and

(2) the offeror is not a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability.
(End of Clause)



CONTRACTING OFFICER REPRESENTATIVE:
(a) Mr./Ms. TBD AT AWARD, is hereby designated to act as Contracting Officer's Representative (COR) under this contract.

(b) The COR is responsible, as applicable, for: receiving all deliverables, inspecting and accepting the supplies or services provided hereunder in accordance with the terms and conditions of this contract; providing direction to the contractor which clarifies the contract effort, fills in details or otherwise serves to accomplish the contractual Scope of Work; evaluating performance; and certifying all invoices/vouchers for acceptance of the supplies or services furnished for payment.

(c) The COR does not have the authority to alter the contractor's obligations under the contract, and/or modify any of the expressed terms, conditions, specifications, or cost of the agreement. If as a result of technical discussions it is desirable to alter/change contractual obligations or the Scope of Work, the Contracting Officer shall issue such changes.


INVOICE INSTRUCTIONS:
(a) The Contractor shall submit an electronic invoice by the 10th of each month to:
Contracting Officer Representative (COR), TBD
cc Contracting Officer, Lanette M. Barnes at lanette.barnes@usdoj.gov.

An invoice must include the following information:

(1) Name and address of the Contractor;
(2) Invoice date and number;
(3) Contract number, contract line item number and, if applicable, the order number;
(4) Description, quantity, unit of measure, unit price and extended price of the items delivered;
(5) Shipping number and date of shipment, including the bill of lading number and weight of shipment;
(6) Terms of any discount for prompt payment offered;
(7) Name and address of official to whom payment is to be sent;
(8) Name, title, and phone number of person to notify in event of defective invoice; and
(9) Taxpayer Identification Number (TIN). The Contractor shall include its TIN on the invoice only if required elsewhere in this contract.
(10) Electronic funds transfer (EFT) banking information.
(i) The Contractor shall include EFT banking information on the invoice only if required elsewhere in this contract.
(11) The Contractor must include the following statement on each invoice: I certify to the best of my knowledge and belief that the supplies/services shown on this invoice have been received and are accepted.

(b) Invoices will be handled in accordance with the Prompt Payment Act (31 U.S.C. 3903) and Office of Management and Budget (OMB) prompt payment regulations at 5 CFR part 1315.


 

DESCRIPTION OF REQUIREMENT
Background

The United States Marshals Service has the responsibility for the protection of the federal judiciary and federal courthouses. The Judicial Security Division/Office of Protective Intelligence has developed the Protective Investigations Training Program (PITP) as a comprehensive training vehicle to introduce selected Deputy U.S. Marshals (DUSMs) to the field of protective investigations and threat assessment and mitigation.


The program for the selected DUSMs is an intensive and comprehensive program that provides the trainee with the fundamentals of inappropriate communications (threats) directed toward members of the federal judiciary, threat identification, threat assessment, and threat mitigation as it applies to members of the federal judiciary and federal courthouses. Those who work in the federal judiciary are the subject of nearly 1,400 inappropriate communications annually. The threats come from a variety of sources to include but not limited to those incarcerated in state or federal prisons, angry pro se litigants who did not prevail in their civil petition, family members of those sentenced to prison, those sentenced to prison, and from those who did not care for a judge's ruling in a case that has national significance or interest.


The investigator often has little information that would assist in developing an all-encompassing interview strategy with the interview most times conducted in a potentially hostile environment: a threatener's home or workplace, inside the confines of a prison, or other areas not under the control of the investigator. The information the investigator may have includes criminal history, court records, and maybe information that is publically available; rarely, will an investigator have information regarding the mental status of the individual or other personal information that may be useful in developing a plan to successfully mitigate the threat.


Scope of Work


The USMS requires an intensive and comprehensive training exercise that provides the trainee with the fundamentals of an inappropriate communication (threats) directed toward USMS protectees.


There will be one (1) Interviewing Techniques and Practical Exercises Training a year. The training date and time will be coordinated with the Contracting Officer Representative or Program Manager at the time of the award. Training consists of 2 days days, with two different "block" training groups (e.g. Group A and Group B) each day. Each block is four hours long.
The training in interviewing techniques while conducting a protective investigation should provide the PITP participant with the:


1. Instruction in the fundamental skills complimentary to other training provided during the PITP program. This training includes the mental health issues and the psychology of threatners, assessment of threatners, legal issues associated with protective interviews, and threat mitigation.
2. The ability to identify the indications of deception, to further develop interview skills and techniques as well as threat assessment skills required to conduct a comprehensive protective investigation.


The Contractor shall design four separate behaviorally interactive stimulated case studies that shall be performed by a two-member team. Each case study shall be performed twice during the two-day course. Each case study shall be specifically and uniquely designed to deepen the understanding of interviewing techniques and the methodology of behavioral threat assessment. Each case study will not only incorporate the psychodynamics of specific psychiatric diagnosis (as defined by the DSM - (Diagnostic and Statistical Manual of Mental Disorders)) and a corresponding direction of interest, but will be adjusted during the action to meet the appropriate skill level of the interviewing teams (students). The contractor will use the psychodramatic stop action method to emphasize and integrate, multi-dimensional protective investigative concepts that have been specifically developed for law enforcement involved in protective investigations


The Contractor shall supply two (2) presenters for the PITP training with the education and professional experience to provide instruction and practical exercises in interviewing skills, assessment, and management of persons that have threatened of have otherwise inappropriately communicated with a USMS protectee, using the psychodrama-learning model.


The class will consist of a maximum of 50 trainees broken into two groups.


The PITP class will be conducted at the Federal Law Enforcement Training Center (FLETC) located at 1131 Chapel Crossing Road, Brunswick (Glynco), GA, 31524. Other locations may be identified on an as need basis. Dates and Delivery of Training for the base year and each Option year will be coordinated with the Contracting Officer Representative (COR) or Program Office.


The team leaders shall have:


• A graduate level degree in mental health and will have attained psychodrama certification (Trainer, Educator, Practioner, TEP) offered by the American Board of Examiners. Other team members must have a graduate level degree and will have completed at least 500-hours of psychodrama training TEP;
• At least 10 years of experience of interviewing severely mentally ill individuals in both a hospital/clinical and community settings;
• At least 10 years of experience instructing law enforcement personal the concepts of protective intelligence/investigations and behavioral threat assessment through the use of psychodramatic method; and
• At least 10 years of experience in threat assessment and management.


CONTRACT LINE ITEMS
Pricing for Interviewing Techniques and Practical Exercises Training will be entered into the chart below. Price should be for price per training session for the year. The price should include training, travel, materials, and any other miscellaneous pricing.

Line Item Services Price Total Price
0001 Base Year: Training Class
0001 Base Year Travel Expenses
1001 Option Year I: Training Class
1002 Option Year I: Travel Expenses
2001 Option Year II: Training Class
2002 Option Year II Travel Expenses
Total Price:


EVALUATION CRITERIA
The Government's intent is to evaluate the submitted proposals against the criteria set forth below and make award on Best Value (Tradeoff) basis considering price and other factors. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation, will be most advantageous to the government, price and other factors considered.


Note: The Government anticipates selecting an awardee based upon initial proposals received; therefore, offerors are cautioned to submit their best price and technical proposals in the initial submission.

This requirement will be in accordance with the best value tradeoff source selection process. The award will be made based on the best overall (i.e., best value) proposal that is determined to be the most beneficial to the Government, with appropriate consideration given to the three evaluation factors:


1. Technical Capability
2. Past Performance
3. Price


Evaluation factors other than price, when combined, are significantly more important than price; but, offerors should nonetheless submit competitive prices. To receive consideration for award, a rating of no less than "Acceptable" must be achieved for the non-priced factor(s). Price is not expected to be the controlling factor in the selection of a contractor for this solicitation. The degree of importance of price as a factor could become greater depending upon the quality of the proposals for other factors evaluated. In the event quotes are evaluated as technically equal in quality, price or cost may become a major consideration in selecting the successful Offeror. Offerors will be cautioned at solicitation that the award may not necessarily be made to the lowest price offered. The Government is more concerned with obtaining superior technical or management features than with making an award at the lowest overall price to the Government. However, the Government will not make an award at a significantly higher overall price to the Government to achieve slightly superior technical or management.

The evaluation factors follows below:


Technical Approach/Capability. The contractor will be evaluated on their technical ability to provide the services requested as listed in the Statement of Work/Specifications. Contractors must demonstrate how they would accomplish the mission and their approach to fulfilling the requirement.

Past Performance. The Government will conduct a performance risk assessment based on the reliability of the vendor to perform in a timely manner; the responsiveness of the contractor to customer needs and concerns; the contractors ability to estimate costs accurately and to say within budget; the contractors business behavior and commitment to customer satisfaction; the contractors quality of work provided; and overall customer satisfaction.

Price. A price evaluation, including establishment of a total price, will be performed. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).

Evaluation Rating Methodology:


Adjectival Ratings for Factors I (Technical Approach/Capability) and any associated sub-factors are Outstanding, Good, Acceptable and Unacceptable and are defined below:

• Outstanding: A proposal that satisfies all of the government's requirements with extensive detail to indicate feasibility of the approach and shows a thorough understanding of the problems and offers numerous significant strengths, which are not offset by weaknesses, with an overall low degree of risk in meeting the government's requirements.
• Good: A proposal that satisfies all of the government's requirements with adequate detail to indicate feasibility of the approach and shows an understanding of the problems and offers some significant strengths or numerous minor strengths, which are not offset by weaknesses, with an overall low to moderate degree of risk in meeting the Government's requirements.
• Acceptable: A proposal that satisfies all of the Government's requirements with minimal detail to indicate feasibility of the approach and shows a minimal understanding of the problems, with an overall moderate to high degree of risk in meeting the Government's requirements.
• Unacceptable: A proposal that contains a major error(s), omission(s) or deficiency (ies) that indicates a lack of understanding of the problems or an approach that cannot be expected to meet requirements or involves a very high risk; and none of these conditions can be corrected without a major rewrite or revision of the proposal.

Adjectival Ratings for Factor 2 (Past Performance) will include Low Risk,
Moderate Risk, High Risk, and Unknown Risk, and are defined below:

• Low Risk: Little doubt exists, based on the Offertory's performance record, that the Offeror can perform the proposed effort.
• Moderate Risk: Some doubt exists, based on the Offertory's performance record, that the Offeror can perform the proposed effort.
• High Risk: Significant doubt exists based on the Offertory's performance record, that the Offeror can perform the proposed effort.
• Unknown Risk: Little or no relevant performance record identifiable; equates to an unknown risk rating having no favorable or unfavorable evaluation significance.

Factor 3 (Price). A price evaluation, including establishment of a total price, will be performed. The Government will evaluate total price based on estimated quantities in the solicitation. (end)


 
PROPOSAL INSTRUCTIONS
Offerors are cautioned not to include assumptions, caveats, or exceptions within any part of their submission. Inclusion of assumptions, caveats, or exceptions to the requirement of any kind may result in the proposal no longer being considered.

The Government will evaluate proposals in accordance with the evaluation criteria set forth under Basis for Award: Evaluation Plan/Criteria section.

The contractor shall include and submit:
1. Form 1449. A completed and signed Standard Form 1449, by providing in block 17a offeror's name, and complete address, including street, city, county, zip code, electronic address, and amendments to the solicitation, and filling out clause USMS 0003 Acceleration of Payments to Small Businesses.
2. Proposal. Proposals shall be submitted in three (3) separate Parts.

Part 1 - Technical Approach/Capability. The contractor will be evaluated on their technical ability to provide the services requested as listed in the Statement of Work/Specifications. Contractors must demonstrate how they would accomplish the mission and their approach to fulfilling the requirement. The Contractor shall describe its management approach to include a descriptions of managing and mitigating risk and plans to interface with the Government. The contractor shall address their turn around rate not more than one unit every 2 business days. Proposals should include accurate drawings for each category of vehicle and locations of equipment outfitting.

Part 2 - Past Performance. The Government will conduct a performance risk assessment based on the reliability of the vendor to perform in a timely manner; the responsiveness of the contractor to customer needs and concerns; the contractors ability to estimate costs accurately and to say within budget; the contractors business behavior and commitment to customer satisfaction; the contractors quality of work provided; and overall customer satisfaction.

The offeror shall provide three (3) examples of past performance that are similar to the technical scope of the requirements. Each example shall be a maximum of 2 pages.

The past performance shall have been performed within the past 3 years and may have been performed under a federal, state, or local Government contract or a private commercial contract.

So the Government may efficiently evaluate and verify the past performance information the offeror should include the following information for each example:
• Name and Address of Organization and Contract Number
• Period of Performance
• Point of contract, phone number, title, and email addresses

The Government is not responsible for the inability to contact an offerors references due to inaccurate contact information or uncooperative references.

In addition to the above, the Government may review any other sources of information for evaluating past performance. Other sources may include, but are not limited to, past performance information retrieved through the Past Performance Information Retrieval System (PPIRS) using CAGE/DUNS numbers identified in the Offerors proposals.


While the Government may elect to consider data from other sources, the burden of providing detailed, current, accurate and complete past performance information rests with the Offeror.

Part 3 - Price. A price evaluation, including establishment of a total price, will be performed. The Government will evaluate total price based on estimated quantities in the solicitation. Offerors shall submit pricing on the pricing spreadsheets attached for each part. Offeror shall include at minimum the Quantity, Unit Measurement, Unit Price, Labor Cost, and total Price for each type of vehicle outfitting package. Unit Price for each type of vehicle shall be included in Section 2-Commodity or Service Schedule of the solicitation.


The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).


INSTRUCTIONS FOR SUBMISSION OF QUOTE:


It is the offerors responsibility to provide information and evidence that clearly demonstrates its ability to respond to the solicitation requirements.


In no event shall failure to familiarize your-self with the requirements of this solicitation or to resolve ambiguous or inconsistent terms or conditions of this solicitation or proposed contract constitutes grounds for a claim of any kind after contract award.


All Proposals are due by July 7, 2014 at 5:00 PM EST to Lanette M. Barnes at lanette.barnes@usdoj.gov. Note: The Government will begin immediate review and evaluation of the proposals following the RFP closing date and time. Proposals received after the closing date and time, are considered late, and will not be accepted.


Questions concerning the RFQ must be submitted in writing to Lanette M. Barnes, via email at lanette.barnes@usdoj.gov. No telephone calls will be accepted. All questions must contain reference to the section/paragraph number of the Combined Synopsis Solicitation in question. Written inquires will be answered in writing via amendment. It is requested that all questions be received no later than 10:00 AM EST on July 3, 2014, as time may not permit responses to questions received after that time to be prepared and issued prior to the receipt of quotes.


It is the contractor's responsibility to monitor the federal Business Opportunities (www.fbo.gov) website for any and all amendments to this solicitation. If there are any amendments, the offeror shall sign and send the first page (Standard Form 30) as acknowledgement.


Contractor must be registered in the System for Award Management (SAM) at http://sam.gov.
FAILURE TO COMPLY WITH THE INSTRUCTIONS FOR SUBMISSION OF QUOTES WILL RESULT IN THE REJECTION OF THE QUOTE.


(end)


 






 






 


 


 


Lanette M. Barnes, Contracting Officer, Phone 202/307-9483, Fax 202/307-9695, Email lanette.barnes@usdoj.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP