SOLICITATION NOTICE
U -- Organizational and Personal Change Management Training Program
- Notice Date
- 9/22/2003
- Notice Type
- Solicitation Notice
- Contracting Office
- DHS - Direct Reports, United States Coast Guard (USCG), Commander (flp), USCG Maintenance and Logistics Command - Atlantic, 300 East Main Street Suite 950, Norfolk, VA, 23510-9112
- ZIP Code
- 23510-9112
- Solicitation Number
- DTCG81-03Q-QLD888
- Response Due
- 9/29/2003
- Archive Date
- 9/30/2003
- Point of Contact
- Robin Smalley, Purchasing Agent, Phone 757-628-4142, Fax 757-628-4135, - K Fortner, Chief of Supply and Property Branch, Phone 757-628-4136, Fax 757-628-4135,
- E-Mail Address
-
rsmalley@mlca.uscg.mil, kfortner@mlca.uscg.mil
- Description
- This is a combined synopsis/solicitation for commercial items in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, as supplemented with additional information included with this notice. This notice constitutes the only solicitation; price quotes are being requested and a written solicitation will not be issued. This solicitation (DTCG81-03-Q-QLD888) is issued as a Request for Quotation (RFQ). The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-14. FAR clauses and provisions are available via internet address: http://www.arnet.gov/far/. This RFQ being solicited UNRESTRICTED. The North American Industry Classification System 611430 and Small Business Size Standard is $6.0 millions. Performance Work Statement is as indicated: 1.0 PERFORMANCE WORK STATEMENT The Contractor shall provide an Organizational and Personal Change Management training program for the U. S. Coast Guard Leadership Development Center. Training will be provided exclusively at the U. S. Coast Guard Academy, New London, Connecticut. 2.0 BACKGROUND The U. S. Coast Guard Leadership Development Center in cooperation with the Department of Homeland Security (DHS) will provide an Executive Development Program with training in personal transition and leading organizational transformation to newly appointed officers appointed to the rank of Rear Admiral (Lower Half) and to new or select civilian Senior Executive Service (SES) employees working within the U.S. Coast Guard or the DHS. This program will include a three-day executive level course designed to provide our newly selected flag officers or SES? with the ability to think strategically and globally to lead themselves and their organization through major periods of transformation and change. This program will enhance the student?s ability to assess and identify the need and methods for change in both the internal and external environment within their respective agencies. The goal of the three-day executive level course will be to identify and hone the critical personal skills that are required for leaders to possess in order to be successful in positions of authority. 3.0 VISION OF EXECUTIVE DEVELOPMENT PROGRAM The Coast Guard and the DHS require its leaders to master certain key leadership skills (i.e., vision development, change management, etc?) and abilities to enhance their effectiveness as executives in their respective organization. In order to attain competency in these skills, higher levels of education, specific skill building, and leadership development are required. The focus of an Executive Development Program is to equip its leaders with the requisite knowledge and abilities to ensure the potential for success. We envision this program to be a stepping-stone in the individual and collective developmental progress for our newly promoted Admirals and SES?. 4.0 SUMMARY OF THREE-DAY EXECUTIVE LEVEL COURSE The Executive Development Program is a forward-looking program that prepares the newly appointed flag officers and select SES? for positions of authority and leadership within the Coast Guard and the DHS. This three- day executive level, residential course shall help to stretch participants beyond their current capabilities, foster a new sense of trust and interaction with their peers, and seek to challenge personal and organizational assumptions with regard to implementing change at both levels. A team of faculty experts shall generate a dynamic learning experience that will ultimately prepare Coast Guard and DHS executives to meet the significant challenges of the new department in the twenty-first century. The goal of the executive level course shall be to identify and hone the critical personal skills that are required for leaders to possess in order to be successful in positions of authority. It is expected this program may occur annually at the U. S. Coast Guard Academy, New London, Connecticut. 5.0 ATTENDEES OF EXECUTIVE DEVELOPMENT PROGRAM/COURSE Attendees of this program and three-day executive level course will be approximately twenty-five (25), newly selected or recently promoted U. S. Coast Guard officers to the rank of Rear Admiral (Lower Half) and members of the civilian Senior Executive Service from either the U. S. Coast Guard or from other agencies within the DHS. Many of the students in the program will be transitioning from a senior manager position to an executive level and the commensurate scope and level of responsibilities will increase accordingly. COURSE CONTENT AND PRESENTATION 6.1 Course Content. The executive level course designed and implemented under this contract shall include lessons in the following topics: Leading Organizational Change and Transformation. Implementing Personal Change and Transition to include a 360-degree assessment, evaluation, and out processing of results to include an individual or group change implementation-planning session. Contractor Deliverables. Contractor shall provide with quote the following technical documents: Copy of the designed course. Course Outline (an amplification of course requirements listed in 6.1). Course Schedule. Course Syllabus. Student Exercises. Student Case Studies and Projects. Course Presentation. The Contractor shall provide all course and reference materials. Copies of the course material shall be provided in hard copy. The Coast Guard will provide all administrative support to the contractor to include student handouts, and case readings/projects, server space for course web page or courseware package, presentation support, and other general administrative support as may be necessary in the presentation this course. The course shall be presented in three consecutive days commencing October 21, 2003 and end October 23, 2003. The hours of training shall be from 0800 to 1145 and 1300 to 1700 daily. The Coast Guard and Contractor will mutually agree upon all changes/deviations to the course schedule. The Coast Guard will make classroom arrangements based on the input provided by the contractor two (2) business days prior to the course commencement date. 7.0 COURSE MATERIAL The Contractor shall produce appropriate up-to-date visual aids, handouts, charts, videos, diagrams, models, graphs, or other necessary training aids to support and/or augment the course. The Contractor shall prepare student exercises and classroom projects in order to reinforce the subject material. The Contractor shall design and develop student exercises and classroom projects. The Contractor shall have copies of overhead/power point slides used during course presentations available for students who request them. The Contractor shall ensure that all materials necessary for the execution of the presentations are delivered and set-up at the training site prior to course presentation, and that all course professors/instructors are present at their presentation times. The Contractor shall ensure that all materials necessary for the presentation of a course have been properly prepared in accordance with the Performance Work Statement. 8.0 CONTRACTOR SPECIFIC DUTIES Additionally, the Contractor is responsible for accomplishing the following: Ensuring course material is made available to the Coast Guard prior to course presentation and student seating arrangements are conducive to size and activities planned for a given course. The Coast Guard will provide all necessary information to set up the classroom. Indoctrinating students on course objectives. Making arrangements for course instructors/speakers, when applicable. All travel and personal expenses will be the responsibility of the contractor. While classes are in session, monitoring to ensure that classes are being conducted in accordance with the terms and conditions of the contract. Evaluating and analyzing results on student exercises, classroom projects, and student evaluations on course content and instructor performance. Evaluating all analysis described above and correct deficiencies as needed. Maintaining an adequate supply of course materials concerning assigned topics. Ensuring employees shall be on-site only for contractual duties and not for business, political, charitable, or other purposes. Contractor shall make himself available by email or phone to the students for outside assistance with any course material or student projects. 9.0 CONTRACTOR QUALIFICATIONS The Contractor shall possess a demonstrated ability to organize and manage an educational staff of personnel either in a college, university, or an adult education program within the past five years. The Contractor shall provide approved qualified instructors to ensure 100% staffing for the course and a workforce for sufficient size to provide personnel to present all course material, with sufficient back-up that expertise is not lost due to transfer, ill health, conflicting work flow, etc. 10.0 CONTRACTOR PERSONNEL QUALIFICATIONS 10.1 Resumes. Resumes/Biographies for all the following key contractor personnel performing on this contract shall be provided to the Coast Guard in accordance with requirements specified in 10.2. Contractor Instructors. The Contractor is required to provide instructors having all the following minimum levels of professional and technical experience: a. A Doctorate degree. b. Five years experience as an instructor teaching subject matter comparable to the type and level involved in the specific course, which the instructor will be assigned, and hold terminal degrees in one of the major leadership-related disciplines such as Organizational Development and Behavior (private or public sector based) Human Performance Technology, Human Resource Management or in the Social and Behavioral Sciences. c. Taught within the past five years in a college, university, or an adult education program. d. Instructors experience shall be in classes comprised of ten (10) or more students. 10.3 Contractor Assistant Instructors. The Contractor may use Assistant Instructors as a way to provide practical insight/technical expertise to the course when warranted. Assistant Instructors may be used in combination with the Contractor Instructors for course presentation. Resumes for Assistant Instructors denoting technical experience/qualifications shall be submitted to the Coast Guard with the contractor?s quote for acceptance/rejection. The Coast Guard has final approval in the use of Contractor Assistant Instructors for any course presentation. 10.4 Training of Personnel. The Contractor shall ensure that all Contractor personnel are provided with the training necessary to perform the work as defined in this contract. 11.0 GOVERNMENT FURNISHED ITEMS The Government will provide without cost, the facilities, utilities, materials, and equipment as identified below: 11.1 Use of Government Facilities and Equipment. The Government facilities, utilities, materials and equipment provided by the Government shall be used by the Contractor only in performance of work under the terms of this contract. The Contractor is responsible to immediately report to the Contracting Officer?s Representative, any facility, furnishings or equipment problems for resolution. All lectures will be conducted in the Education Center building. Utilities. Utilities provided will include water and electricity. The Contractor shall follow all conservation requirements. EVALUATION CRITERIA SECTION I-TECHNICAL FACTORS: PAST PERFORMANCE/CORPORATE EXPERIENCE FACTOR PAST PERFORMANCE. Include evidence of successful efforts in similar work, to verify that the Offeror has an established professional reputation in the full integration of managing, developing, conducting and administering training programs of a similar nature (including course development, course maintenance and presentation). This must also clearly indicate whether the experience was gained as a prime contractor or as a subcontractor. The experience may include work accomplished for Government and non-Government entities. Provide a chronological matrix of recent corporate experience within the last five (5) years, in which performance has occurred of a comparable nature and complexity. It is not sufficient to state that an effort is comparable in magnitude and scope. Rationale must be provided to convince the Government that the experience is indeed comparable. Include relevant experience of major subcontractors, but list them separately. Such subcontractor experience must clearly indicate the extent of the involvement of the subcontractor(s) in the proposed effort (e.g. 40% of total man hours) and why such subcontractor experience is relevant considering the subcontractor personnel proposed. For current or previous contracts include: Title of Contract Contract Number and Type Description of Product or Service Period of Performance (Beginning and Completion Dates) Dollar Value of Contract Agency/Company for which Performed Agency/Company Point of Contact and Telephone Number Contracting Officer, Government Program Manager or Contracting Officer Representative For each contract describe: 1. Relevancy of the contract to this proposed requirement 2. Products/Services delivered and/or results achieved 3. Performance in terms of (a) meeting, (b) exceeding, or (c) not meeting contract requirements in terms of acceptable deliverables and time. Performance in terms of prices/cost and how the final (or current, if not completed) cost/price compared to the original cost/price and the reason for any substantial change. The Government will evaluate past performance as a factor for award. The Government reserves the right to review other relevant past performance information contained in either local files or from other Government sources. General trends in a contractor's performance will also be considered. The Government evaluation of the quality and content of the Offeror's past performance is separate and distinct from the Contracting Officer's responsibility determination. Evaluation will be based on the extent to which the Offeror has demonstrated through recent past performance under contracts of a similar nature; it's ability to successfully meet the requirements of the Request for Quotation (RFQ). The evaluation will consider the Offeror's history of relevant experience, reasonable and cooperative behavior, adherence to contract schedule and commitment to providing quality products and services at fair and reasonable prices. Evaluation of relevant experience shall be based on the extent to which the Offeror's past experience demonstrates the ability to provide the services similar to that described in the statement of work. Companies lacking in relevant past performance history will be evaluated on past performance information regarding predecessor companies or subcontractors that will perform major or critical aspects of the requirement when such information is relevant to the instant acquisition. SECTION I is limited to a total of three single-sided 8 1/2 x 11 pages. The Government reserves the right to verify information under Past Performance/Corporate Experience. SECTION II - TECHNICAL FACTOR (KEY PERSONNEL & MANAGEMENT PLAN All Subfactors under Section Volume II are equal in importance PART I. KEY PERSONNEL. Must contain an introductory summary on key personnel including their availability to fulfill the requirements of this contract. Section II must contain resumes in the quantity shown, for all key personnel being offered for performance of this contract. All key personnel must be available when required. KEY PERSONNEL Program Coordinator (1) Instructors (Number and type of instructors available for the course offering) Personnel resumes submitted by the Offeror must meet or exceed the personnel qualifications set forth in paragraphs 10.0 through 10.4 of Performance Work Statement. Resumes are limited to three single-sided 8 1/2" x 11" pages. The Government may verify credentials and information listed on resumes. Each resume submitted must be accompanied with a letter of commitment. . The following incorporated provisions and clauses are those in effect and applicable to this solicitation: FAR 52.212-1, Instructions to Offerors-Commercial Items (Oct 2000 (d) DELETED, (e) Past Performance will consist of Course Content and Presentation, Contractor Deliverables, Resumes, and Personnel Qualifications. Past performance information, when included as an evaluation factor to include recent and relevant contract for the SAME OR SIMILAR ITEMS and other references (including contract numbers, points of contact with telephone numbers listed for at least three (3) contracts, ongoing or completed within the last three years, held with the U.S. Coast Guard, other Government agencies or private industry. Like and similar contracts under this solicitation are defined as ORGANIZATION AND PERSONAL CHANGE MANAGEMENT TRAINING SERVICES. Offerors that are newly formed entities without prior contracts should list contracts as required above all key personnel. The Government shall obtain past performance information from the sources provided to evaluate proposals/quotations in accordance with FAR Clause 52.212-2 entitled EVALUATION-COMMERCIAL ITEMS. Performance information will be used both for responsibility determinations and as an evaluation factor. The Government may use past performance information obtained from other than the sources identified by the offeror and the following information obtained will be used for both the responsibility determination and the best value decision. The Bank reference will be used to assist in establishing the contracts financial responsibility. FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (June 2003), MUST AND SHALL BE completed and submitted with the RFQ?s. NO CONSIDERATION WILL BE GIVEN TO QUOTES LACKING THIS AND ANY OTHER REQUESTED INFORMATION SET FORTH IN THIS SOLICITATION; FAR 52.212-4, Contract Terms and Conditions-Commercial Items (FEB 2002); FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (June 2003) applies as follows: paragraph (b) (13), (14), (15), (16), (17), (18), (19), (21), and (29), FAR 52.204-6, Data Universal Numbering System (DUNS) Number. In compliance with the said clause, the following additional FAR clause 52.252-1, Clause Incorporated by Reference (FEB 1998) as part of and apply to this RFQ: 52.232-8, Discount for Prompt Payment (FEB 2002) and FAR 52.245-4, Government-Furnished Property (Short Form) (APR 1984). Interested parties must be registered in the Central Contractor Registry (CCR) as prescribed in FAR Clause 52.232-33. CCR can be obtained by accessing the Internet at www.ccr2000.com or by calling 1-888-227-2423. Any correspondence concerning this acquisition shall reference Request for Quotation (RFQ) number DTCG81-03-Q-QLD888. Any question please e-mail rsmalley@mlca.uscg.mil or call (757) 628-4142. Due to urgency of need, all responding have from the time this notice is posted, until 12:00 noon (EST), 29 September 2003 when proposals are due. No responses will be accepted thereafter. Quotes may be faxed or mail, with a closing date of 29 September 2003, 12:00 noon (EST).
- Place of Performance
- Address: USCG Academy Leadership Development Center, 15 Mohegan Ave., New London, CT 06320
- Record
- SN00438895-W 20030924/030922213015 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |