Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 30, 2004 FBO #0886
MODIFICATION

R -- Request for Quotation for the Developmental Guidance and Expertise to Entry Professional, Development Interns and Presidential Management Fellows

Notice Date
4/28/2004
 
Notice Type
Modification
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
Agency for International Development, Washington D.C., USAID/Washington, 1300 Pennsylvania Avenue, NW Room 7.10-006, Washington, DC, 20523
 
ZIP Code
20523
 
Solicitation Number
M-OP-REG-LMA-04-1014
 
Response Due
5/11/2004
 
Archive Date
5/26/2004
 
Point of Contact
Raymond Jennings, Contract Specialist, Phone 202-712-0626, Fax 202-216-3131, - Loretta King, Contracting Officer, Phone 202-712-5559, Fax 202-216-3052,
 
E-Mail Address
rjennings@usaid.gov, lking@usaid.gov
 
Small Business Set-Aside
Total Small Business
 
Description
The purpose of this modification is to provide the following information associated with the original notice: Background The U.S. Agency for International Development (hereinafter “USAID” or the “Agency”) has conducted a New Entry Professional (NEP) Program since the 1999. This has been the primary method of bringing new Foreign Service (FS) officers into the Agency. The NEP programs include a comprehensive orientation, overseas temporary duty assignments, brown bag lecture series, rotations or other career development activities and programs. USAID has also just reintroduced an International Development Intern (IDI) program as another means for bringing into the Agency new Foreign Service officers in addition to the Presidential Management Fellows (PMF) and NEP programs. Almost since the inception of the NEP programs coaches have been used to better orient new employees to the Agency. Among other duties the coach works as a conduit for communications among all those involved in the Programs: agency coordinators, supervisors, mentors, Assignment & Performance Counselors, advisors, and NEPs, IDIs and PMFs. Within USAID, the Bureau for Management, Office of Human Resources, Personnel Operations Division, (M/HR/POD), acting as the Agency Program Coordinator, is responsible for coordinating the recruitment and appointment activities and coordinating career progression activities. The NEP program has been a valuable tool for USAID to attract high quality professionals to the Foreign Service ranks. It is anticipated that the IDI program will yield similar results. Because the trainees are such a valuable resource to USAID and represent the future of the Agency, M/HR/POD would like to continue its support for the program by offering the services of coaches to help the trainees with their professional, development in the Agency. M/HR/POD feels that based on positive experience with coaches in the NEP program it is important to continue this coaching program to aid retention, to facilitate smooth entry into the Agency and to boost morale. Statement of Work The coaches will provide developmental guidance and expertise to New Entry Professionals (NEPs) International Development Interns (IDIs) and Presidential Management Fellows (PMFs) in the following manner: The contractors (coaches) will attend coach/supervisor training sessions on roles and responsibilities; be updated on USAID's promotion precepts and the list of competencies that need to be mastered prior to being assigned overseas; and know how to assist supervisors in the development of Individual Development Plans (IDPs). Prior to the start of each class the coach will be given individual assignments. Periodically, the coach will also be exposed to USAID mentoring and coaching techniques. The coach will not need to participate in the administrative part of the training, but will attend other sessions relevant to NEP/IDI/PMF concerns (specific sessions that are considered relevant will be decided in cooperation with M/HR/POD). It is important to ensure that the coach is brought up-to-date on the current state of affairs in USAID, which should occur through a combination of the coach's initiative and information provided by M/HR/POD. Coaches may be asked to lead and/or participate in training sessions as well as the training of new coaches. By the end of the orientation session, each coach will have reviewed the promotion and tenure precepts with each new entrant so that s/he is familiar with the FS requirements. Coaches will assist with assessing their individual skills and competencies through the development of an Individual Development Plan (IDP). Coaches will assist in identifying skill and competency gaps so that these areas can be addressed during the training period. Coaches will also provide assistance in helping them to understand the precepts and competencies and integrating them into their IDPs. Throughout the remainder of the performance period, coaches will avail themselves to support and guide trainees in their career training development and will troubleshoot specific areas in a development plan that may need additional attention. At least half of the time spent as a coach/mentor shall be performed on-site at USAID/Washington. The remaining effort may be expended off-site by other means (e.g. communications via telephone, facsimile, email, etc,). As directed by the Cognizant Technical Officer coaches shall work with supervisors and other assigned supervisory personnel throughout their rotational assignments to ensure that training plans are being implemented. At the end of the contract the coaches shall prepare and submit to M/HR/POD a report for each trainee assigned to him/her for coaching, outlining the progress and development status basis of each entrant. The reports may include any additional information or recommendations that the coach deems pertinent to the overall development and training program. These reports will be considered privileged information and not for general distribution. Given the special confidential (safe haven) nature of the trainee’s relationship with the coach, the coach will not be required to provide 360 input; on the trainees annual evaluation. The coach may also be requested by M/HR/POD to meet periodically to discuss progress and issues. The coach will keep supervisors, the CTO and the Recruitment and outreach Coordinator, informed on problems and progress. E-mails, telephone and/or facsimile messages should be used to ensure that pertinent information is available as needed. The coach should also be oriented to and be familiar with the overall trainees programs. The coach will work with HR in arranging meetings as necessary with relevant other USAID offices. Contract Type The contract will be a firm fixed priced contract. Price Schedule Line Item One 001 Estimated Quantity (EQ) 94 Days, Unit Price $______; Total $__________. Period of Performance The period of performance for this contract will be from June 1, 2004 through October 8, 2004. Security Clearance Contractors/Coaches should have or obtain a security clearance at the Secret Level that will enable them to visit their trainees within secure areas of the USAID facility in the Ronald Reagan Building. Contractors would need a facility clearance. Deliverables The coaches shall provide a report by the fifth day at the end of the contract to the CTO. The report should include: (1) observations regarding how the coaching function has worked for the trainee; (2) recommendations for improvements to the trainee coach support function and the parties responsible for taking action to make those improvements. The report shall also provide recommendations for any additional sessions, training, or topics that should be added to the existing Orientation Program. The contractor shall provide monthly invoices for approval to the CTO. Evaluation Factors for Award 1. Experience (60 points): Personnel shall have relevant work experience and knowledge of the Foreign Service personnel system (e.g., what is expected of a Foreign Services Officer). Also should have work experience in working overseas and in Washington and experience interacting between Washington and with field offices (Missions) overseas. 2. Past Performance (40 points): Past performance is a measure of the degree to which a vendor satisfied its customers in the past and complied with laws and regulations. In evaluating past performance, USAID may contact some of the references provided by the vendor and other sources, bureaus, published media and electronic data bases. 3. Cost will be based on best value. PROPOSAL INSTRUCTIONS: The technical proposal should contain the following information as a minimum: Your method and technique for providing coaching services; A discussion of your skills as a coach in providing similar services; Past Performance References of similar projects in the last three years including the company/federal agency name, contract number; contact person, telephone number; and resume of personnel. The Cost proposal should include all associated costs with Line Item #1 filled out; Contractor Employee Biographical data sheet which can be downloaded at http://www.usaid.gov/procurement_bus_opp/procurement/forms/1420-17/. All proposals shall be submitted by May 11, 2004 at 10:00am. Due to the September 11, 2001 incident, it is not recommended that proposals not be delivered by mail since additional days are added in the sanitizing of mail for delivery to Federal Buildings in this zip code. It is recommended that mail be delivered by courier services such as FEDEX, US Post Office overnight mail or hand-delivered by the contractor to M/OP/REG/LMA, Office of Procurement, US Agency for International Development. Proposals can be submitted via mail at 1300 Pennsylvania Ave. NW Room 7.10-062, Washington, DC 20523. POC: Raymond Jennings or email to rjennings@usaid.gov. The proposed procurement is 100 percent set-aside for small business concerns. The selection will consist of a Best Value source selection process based upon merits of the offer and the offeror’s capability. Under a best value source selection, nonprice evaluation factors, when combined are significantly more important than price. USAID will consider an Offeror’s past performance and experience to be more important than its price. However, the USAID will not select an offeror for award on the basis of a superior capability without consideration of the amount of its price. NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (28-APR-2004); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/AID/OP/WashingtonDC/M-OP-REG-LMA-04-1014/listing.html)
 
Place of Performance
Address: 1300 Pennsylvania Avenue NW Washington, DC
Zip Code: 20523
Country: USA
 
Record
SN00576273-F 20040430/040428225511 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.