Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 20, 2007 FBO #2062
SOLICITATION NOTICE

U -- Change Management Training

Notice Date
7/18/2007
 
Notice Type
Solicitation Notice
 
NAICS
611430 — Professional and Management Development Training
 
Contracting Office
Nuclear Regulatory Commission, Office of Administration, Division of Contracts, 11545 Rockville Pike, Rockville, MD, 20852-2738, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
RS-33-07-394
 
Response Due
7/30/2007
 
Description
This is a combined synopsis/solicitation for commercial services and items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. The incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-18. The solicitation is being requested under Simplified Acquisition Procedures. The closing date for receipt of quotations is July 30, 2007 at 3:00PM Eastern Standard Time. The contract type intended for this procurement is a firm-fixed price contract. The North American Industrial Classification System (NAICS) code for this procurement is 611430 with a small business size standard of $6.5 million. The U.S. Nuclear Regulatory Commission has a requirement to obtain contractor professional services to assist the NRC with establishing a change management program. The contractor will provide the NRC with training focused on change management. Two separate courses will be needed for this requirement. The first course will be a three-day intensive program geared towards employees who are, or will be, responsible for managing change on a specific project or charged with building change management competency within their division. The second course will be a one-day program geared towards managers and supervisors who are helping their employees? transition through change. The Statement of Work for this requirement will be uploaded in Amendment 1 to this combined synopsis/solicitation. The place of performance for this requirement is: U.S. Nuclear Regulatory Commission Headquarters Two White Flint North 11545 Rockville Pike Rockville, MD 20852 NRC Professional Development Center U.S. Nuclear Regulatory Commission 7201 Wisconsin Avenue, Suite 425 Bethesda, MD 20814 The full text of the FAR provision or clause may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following provisions apply to this acquisition: (1) 52.212-1 ? Instructions to Offerors ? Commercial, (2) 52.212-4 ? Contract Terms and Conditions ? Commercial Items, (3) 52.212-5 ? Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items, (4) 52.213-2 ? Invoices, (5) 52.223- Drug-Free Workplace, (6) Compliance with U.S. Immigration Laws and Regulations, and (7) Seat Belts Offerors are to include a completed copy of the provision at FAR 52.212-3; Offeror Representations and Certifications ? Commercial items, with their offer. Award will be made to the Contractor whose quote offers the best value to the Government; technical, price, and other factors considered. The Government will evaluate quotations based on the following evaluation criteria: The NRC will evaluate an offeror?s proposal from the perspective of the technical merits of the proposal, qualifications of key personnel, and written evidence of successful past performance of the offeror in providing services to its commercial and Government clients similar to the services required under this contract. The following criteria and weights shall be used by the NRC to evaluate Contractor proposals: Corporate Experience 30 Points The offeror shall clearly demonstrate to the NRC that they have the technical expertise necessary to perform the tasks outlined in the statement of work. The offeror shall demonstrate extensive experience in the theory and application of change management to numerous types of business activities, including the role that management at various levels, project managers, and staff need to play to successfully apply change management principles to these numerous business activities. The offeror shall also demonstrate extensive expertise in teaching, coaching, and implementing the above. Qualifications of Proposed Personnel 30 Points The extent to which the offeror demonstrates that the proposed key personnel have the requisite experience and qualifications to satisfy the NRC?s requirement. Offeror must provide evidence of related education, knowledge and experience of proposed personnel in the activities stated in the statement of work. Past Performance 40 Points The Offeror shall also demonstrate that they have successfully performed on other contracts or purchase orders of similar size and scope within the past five years in performing contracts involving the activities stated in the statement of work. This shall be done by describing current and past work of a similar or identical nature in such a manner that an evaluation can be made of the performance history and the relevance of this experience to the requirements of the solicitation. Documented evidence of technical expertise in the field may include: letters of commendation from commercial clients and/or Federal Government agencies, certificates of appreciation, or awards received showing a high level of performance and customer satisfaction. To this end, the Offeror shall list at least three (3) current/previous support contracts of the same or similar nature to the proposed contract. It is incumbent upon the Offeror to provide information which is accurate and current as the NRC will contact each reference to verify the information provided. Each contract reference shall be limited to one page in length. The NRC intends to contact one or more of the references provided. However, the NRC reserves the right to not contact any references. Total Possible Points = 100 Points All quotes should be received no later than 3:00 PM EST, on July 30, 2007 at the Nuclear Regulatory Commission, 11545 Rockville Pike, MS: T-7-I-2, Rockville, MD 20852 and to the attention of Jaye Seay. Because of heightened security, FED-EX, UPS or similar delivery methods are the preferred method of delivery of quotes. Quotes may also be submitted via email to JXS7@NRC.GOV. Please allow for at least 60 minutes prior to the close of the announcement if submitting by electronic means to ensure proper delivery. Quotations will NOT be accepted by fax. The FedBizOpps website provides downloading instructions. The NRC requires the prospective awardee to be registered in the Central Contractor Registration (CCR) database prior to award, during performance, and through final payment of the resulting contract in accordance with Federal Acquisition Regulation, 52.204-7. Central Contractor Registration. Processing time, which normally takes 48 hours, should be taken into consideration when registering. Potential Offerors who are not registered should consider applying for registration immediately if interested in responding to this solicitation. Potential offerors may obtain information on registration and annual confirmation requirements via the Internet by copying and pasting the following Internet address into their Internet Browser: http://www.ccr.gov (note: there is no direct link to the CCR website from this FedBizOpps notice) or by calling 1-888-227-2423 or 269-961-5757. It is the contractor?s responsibility to be familiar with applicable clauses and provisions. Interested parties are responsible for monitoring the FedBizOpps website to assure that they have the most up-to-date information about this acquisition. The Government will not reimburse interested parties for any cost associated with responding to this business opportunity.
 
Place of Performance
Address: U.S. Nuclear Regulatory Commission Headquarters, 11545 Rockville Pike, Rockville, MD
Zip Code: 20852
Country: UNITED STATES
 
Record
SN01346033-W 20070720/070718222722 (fbodaily.com)
 
Source
FedBizOpps 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.