Federal Bid

Last Updated on 12 Dec 2013 at 10 AM
Combined Synopsis/Solicitation
Nebraska

Crisis Management and ESF #13 Support

Solicitation ID DJA-14-AHDQ-R-0006
Posted Date 08 Nov 2013 at 4 PM
Archive Date 12 Dec 2013 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Administrative Programs Division (Apd)
Agency Department Of Justice
Location Nebraska United states
This is a combined synopsis solicitation for the U.S. Department of Justice, Bureau of Alcohol, Tobacco, Firearms and Explosives (ATF) for a Crisis Management Contractor /facilitator to support both ATF Critical Incident Management Systems (CIMS) and Emergency Support Functions (ESF #13). This support will cover topics in the two aforementioned fields and will involve delivering relevant training to a wide range of ATF personnel, from entry level employees to Senior Level Management.

ATF intends to award a single Blanket Purchase Agreements (BPA) covering a five-year period that will be available for placing calls/orders for services at ATF National Headquarters in Washington, DC and at various (to be determined) training sites throughout the continental United States.

Please note that a BPA is not a contract. A BPA is a streamlined method for acquiring services on an as-needed basis from qualified sources that are readily available and services and thus eliminate the need for repetitive costly re-procurements. There is no minimum or maximum guaranteed quantity. All calls/orders must be acknowledged by the selected vendor/instructor in order to be retained on the ATF BPA calling list.

Offerors should include a cover page with the RFP Title, BATF Solicitation Number. The offeror should state on the first page of his/her proposal that he/she accepts the terms and conditions of the solicitation and this Statement of Work. The offeror must also state that it is fully expected that he/she will successfully meet and fulfill the performance and regulatory Assumptions and Constraints detailed above.

All responses will be evaluated and awards will be made to the most advantageous Offeror(s). Resumes and past performance/ reference information should clearly demonstrate relevance to the statement of work requirement.

Commercial item for the BPA procedures are in accordance of FAR Part 12 and FAR Part 13.5. Proposals may be submitted only by response to the solicitation package. Proposals may be submitted only by response to the attached solicitation package.

Failure to follow the proposal instructions may result in the proposal being considered non-compliant and eliminated from consideration.

The Offeror is requested to 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, telephone and facsimile transmission number 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, facsimile number, e-mail address, 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 similar to those identified in the Statement of Work (SOW)

ORCA Certification in accordance with FAR Part 52.212-3. This tab shall contain a completed copy of your company's ORCA Certification or proper DUNS Number that will allow the government to download your ORCA information.

EVALUATION PROTOCOL AND INSTRUCTIONS

Basis of Contract Award

The Government intends to award a single award Firm Fixed Price Blanket Purchase Agreement.

Proposal must be limited to twenty (20) pages to include for both key personnel / experience and technical approach

-All Objectives within the SOW MUST be addressed.

-Solicitation number DJA-14-AHDQ-R-0006 MUST be completed in its entirety

Past Performance will require at least Three (3) references that are directly related to the contents of the Statement of Work of this solicitation. The references must have a good point of contact, telephone number; physical address and email address if available

The E-mail and delivery address for the Contracting Officer is written below. If the Request for Proposal is mailed rather than sent via e-mail, it is the responsibility of the Contractor to meet the same deadline date as stated in the solicitation.

Interested offerors should submit a response by November 27th, 2013, 3:00 PM Eastern Standard Time. Proposals will be evaluated and awards will be made to eligible, qualified and highly rated individuals. ATF seeks to establish cadres of instructors that can provide timely high-quality training.

The Government requires all vendors to be registered under Systems Award Management (SAM) before awarding any Blanket Purchase Agreement. This allows the Federal Government to use electronic payment for vendor products or services that have been received.

The contactor will need a Dun & Bradstreet Number or DUNS Number. The D & B Number for this is "ONLY" for the purpose of registering for SAM the Contractor. The contractor should call D&B at (866) 705-5711, and "CLEARLY" state that they are a small business and simply need a DUNS Number for the sole purpose of SAM Registration. The DUNS Number must be obtained before any attempt to register under SAM.

The SAM information must be reviewed and validated annually by the contractor. Failure to do so may cause the vendor to be dropped from the ATF payment system and cause significant delays in payment. Fees and interest from payment delays due to failure to annually validated SAM information are the sole burden of the contractor and will not be reimbursed by the Government.

Ordering

ATF Special Operation Division COR will contact the successful contractor to identify special events. Typically, "if known" ATF will provide lead times of between ten (10) and fifteen (15) days. However, ATF may make facilitator's availability requests with much shorter lead times, if an emergency event occurs.

For routine requests, ATF will allow the facilitator up to four (4) hours from the time of request to respond affirmatively. For non-routine requests, the ATF Program Manager will determine the amount of available response time allowed on a case-by-case basis and provide this information to the contractor at the time of the request. No contractor will have recourse against ATF when situations dictate instructor scheduling outside of the standard time frames for placing instructor calls.

Invoicing

Complete invoicing instructions will be included in the terms and conditions of the Blanket Purchase Agreement. However, ATF expects contractors to invoice upon completing the assigned course.

Note: Proposal is to be sent via email to Jim Huff, at the following email address: [email protected]. Submissions by FAX or mail will not be accepted.

Questions of a contractual nature should be addressed to Mr. James Huff, Contracting Officer to [email protected], 202-648-9117

Bid Protests Not Available

Similar Past Bids

Centre Alabama 02 Feb 2010 at 3 PM
Pittsfield Massachusetts 21 Dec 2004 at 5 AM
Location Unknown 07 Jul 2020 at 1 PM
Location Unknown 19 Nov 2013 at 2 PM
Virginia Not Specified

Similar Opportunities

Kansas 17 Jul 2025 at 7 PM
Kansas 17 Jul 2025 at 7 PM
Cincinnati Ohio 01 Aug 2025 at 7 PM
California 11 Jul 2025 at 10 AM (estimated)
Colorado 13 Jul 2025 at 4 AM (estimated)