Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 27, 2010 FBO #2986
SOURCES SOUGHT

C -- DoN Lean Six Sigma (LSS) Continuous Process Improvement (CP) deployment consultation, project coaching, training, and certification support, and implementation and sustainment support

Notice Date
1/25/2010
 
Notice Type
Sources Sought
 
NAICS
611430 — Professional and Management Development Training
 
Contracting Office
N62470 NAVFAC ATLANTIC Code AQ 6506 Hampton Blvd, Building A Norfolk, VA
 
ZIP Code
00000
 
Solicitation Number
N6247010R5023
 
Response Due
2/4/2010
 
Archive Date
3/3/2010
 
Point of Contact
Rochelle Lee
 
Small Business Set-Aside
Total Small Business
 
Description
The Naval Facilities Engineering Command, Atlantic, Norfolk, VA is seeking eligible business firms to perform DoN Lean Six Sigma (LSS) Continuous Process Improvement (CP) deployment consultation, project coaching, training, and certification support, and implementation and sustainment support. The preponderance of the work will be in Norfolk VA, San Diego CA, Pearl Harbor HI, or at various overseas locations under the AOR of Naval Facilities. THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSALS AND THERE IS NO SEPARATE REQUEST FOR PROPOSAL (RFP) PACKAGE TO DOWNLOAD. The contractor shall provide the following: 1.Deployment Consultation. Provide deployment consultation support as requested by Program Management Office or Program office representative consistently at a minimum cost. 1.1Conduct a transfer of knowledge to key government personnel in order to obtain/maintain organic, world class CPI capability and long-term CPI sustainment. 1.2Provide executive and organizational Program Management (PM) support services to the PMO in support of NAVFAC CPI/LSS deployment to include the development of SHIVS, HICS, and CVS. 1.3Assist in developing a Organizational Transformation Plan for CPI that will articulate how NAVFAC achieves self-sustainment across the enterprise in LSS CPI through effective deployment. 2.Project Coaching and Mentoring. Provide project coaching and mentoring support to enable successful execution of a broad range of CPI projects and maximize project return on investment. 2.1Provide resources and personnel fro flexible LSS CPI Project Coaching. The contractor shall provide Master Black Belts (MBBs) and Black Belt CPI experts as appropriate to provide direct project coaching to BBs/GBs in applying LSS CPI tools to their projects, guiding them in a CPI project, as well as help them prepare for project tollgates in Continuous Process Improvement Management System (CPIMS) and other deliverables. 2.2Consolidate lessons learned from project coaching with will be used to improve deployment strategies, execute projects, enhance training curriculum, and delivery. 2.3Assist in development and deploy skills and tools necessary to assist NAVFAC in meeting specific strategies goals and objectives including but not limited to Speed of Execution (cycle time), Reduction in workload, Improve quality of work life, Customer Focus, (Voice of Customer), Reduce Total Ownership Cost, and Requirement Compliance. 2.4Assist NAVFAC PMO in achieving quantified and qualified benefits realized. Provide, develop, and/or deploy skills and tools including baseline performance metrics, implementation plans, and control plans as necessary. 3.Facilitation Services and Project Execution. Provide facilitation services and project execution support for projects to include Executive Planning Sessions, Value Stream Analysis, DMAIC, DFLSS, RIEs and other associated workshops. While the major focus of this contract will be based on the items above Green Belt (Basic and Advanced), Champion, and Black Belt training will also be required based on approved Navy's Body of Knowledge (NAVSEA LSS college). 4.Consultant Qualifications. 4.1The minimum qualifications of the Consultant providing services under this contract are as follows:.DoN ASQ and/or ASQ certification.3-5.0 years of practical experience leading CPI/LSS initiatives across large multi functional organizations (BB).5+ years of practical experience leading CPI?LSS initiatives across large multi functional organizations (MBB).Ability to communicate, lead, and teach at all levels of the organization..In dept knowledge of Continuous Process tools, methods, and philosophy to include Lean Six Sigma, theory of Constraints, Executive Planning Sessions, Value Stream Analysis..Experience with service and transactional organizations..Experience with "shop floor" and "front door to the customer" processes to.Experience in implementing control plans to include metrics in place and documentation of benefits realized. Any exceptions to the above qualifications must be stated at the time of proposal submission. Resumes are required of all providers indicating individual past experience. Identify BB and MBB at each location available (Norfolk, VA, San Diego, CA, and Pearl Harbor, HI) to support his contract. It is anticipated that one base and two options will be required. All small businesses are encouraged to respond. Upon review of industry response to this Sources Sought Synopsis, the Government will determine whether a set-aside acquisition in lieu of full and open competition is in the Government's best interest. This office anticipates award of a contract for these services no later than June 2010. The appropriate NAICS Code is 611430. THIS SYNOPSIS IS NOT A REQUEST FOR PROPOSAL. It is a market research tool being used to determine the availability and adequacy of potential small business sources prior to determining the method of acquisition and issuance of an award. The Government is not obligated to and will not pay for any information received from potential sources as a result of this synopsis. It is requested that interested small businesses submit to the contracting officer a brief capabilities statement package (no more than 25 pages in length, singled-spaced, 12-point font minimum) demonstrating ability to perform the requested services. This documentation shall address, as a minimum, the following: (1) Relevant Experience to include experience in performing efforts of similar value, size, and scope with the last five years, including contract number, indication of whether a prime or subcontractor, contract value, Government/Agency point of contact and current telephone number, and a brief description of how the contract referenced rela! tes to the technical services described herein. (2) company profile to include number of employees, office locations(s), DUNS number, CAGE Code, and statement regarding small business designation and status. The package shall be sent by mail to the following address: Commander Naval Facilities Engineering Command, Atlantic, (ATTN: Rochelle Lee), 6506 Hampton Blvd, Bldg A, Norfolk, VA 23508-1278. Submissions must be received at the office cited no later than 2:00 PM Eastern Standard Time on 04 February, 2010. Electronic Submissions of the statement of capabilities WILL NOT be accepted. Questions or comments regarding this notice may be addressed to Rochelle Lee by email at rochelle.lee@navy.mil before 10:00am EST January 29, 2010. 5. Point of Contact: Rochelle Lee rochelle.lee@navy.mil 6. Place of Performance: The primary place of performance shall be either at the offsite facility or onsite (government facility) with cost reimbursable travel to the various locations for the performance of some of the tasks in the SOW. There is a need to provide sustained support in certain geographic regions near Fleet concentration areas, including Norfolk, San Diego, and Pearl Harbor. This would reduce travel expenses and improve the efficiency of delivered services. FIRMS HAVING MULTIPLE OFFICES OR FIELD OFFICES LOCATED IN CLOSE PROXIMITY TO NORFOLK VIRGINIA, SAN DIEGO CALIFORNIA AND PEARL HARBOR HAWAII ARE ENCOURAGED TO RESPOND, AS HAVING OFFICE LOCATIONS AND/OR FIELD OFFICES LOCATED AT OR NEAR ALL THREE LOCATIONS WOULD BE CONSIDERED MORE ADVANTAGEOUS TO THE GOVERNMENT IN REGARDS TO CONTROLLING TRAVEL COSTS AND COULD POTENTIALLY IMPROVE EFFICIENCY AND DELIVERY OF SERVICES BY THE CONTRACTOR.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62470CON/N6247010R5023/listing.html)
 
Record
SN02048993-W 20100127/100125234558-601113be086237f1f34e1c2fff6faa0a (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.