MODIFICATION
R -- Leadership Development Program
- Notice Date
- 2/17/2010
- Notice Type
- Modification/Amendment
- NAICS
- 611430
— Professional and Management Development Training
- Contracting Office
- USACE District, Rock Island, P.O. Box 2004, Clock Tower Building, Attn: CEMVR-CT, Rock Island, IL 61204-2004
- ZIP Code
- 61204-2004
- Solicitation Number
- W912EK-10-R-0026
- Response Due
- 3/16/2010
- Archive Date
- 5/15/2010
- Point of Contact
- Sue Robinson, 309-794-5442
- E-Mail Address
-
USACE District, Rock Island
(diana.s.robinson@usace.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- We await more information The Rock Island District U.S. Corps of Engineeres is seeking a professional management and leadership firm to develop and facilitate the Contractor portion of the District Leadership Devlopment Program. The overall objective of the program is to help employees learn, grow, and develop their leadership potential and enable them to be effective managers and leaders. Contractors will describe how they plan to integrate their personal curriculums into the LDP format. Contractor is responsible or partially responsible for retreats, site visit to Government and non-Government facilities, coaching/ counseling sessions with LDP participants as well as with supervisors and mentors of the participants, guest speakers, training sessions, and the team project. *Proposals will be evaluated on a Best Value basis in accordance with the following technical factors: COMPANY EXPERIENCE: The offeror's background will be evaluated based on previous prior year's experience. Individual resumes shall also be evaluated to determine the qualifications of the company as a whole. The company shall have a minumum of five years experience performing such work. All supervisors must possess at least five years supervision experience and program Facilitators shall have at least three years of experience in performing the required scope of work. 1-a. QUALITY CONTROL: Proposals will be evaluated on the adequacy of the Quality Control procedures and the ability to insure compliance with the contract specifications and the adequacy of the system of record keeping and reporting. 1-b. MATERIAL: Propasals will be evaluated on the extent and adequacy of the material required to perform the specified scope of work. 1-c. SCHEDULE: Proposals will be evaluated based on duration and continuity of the schedule provided. The OFFEROR shall be evaluated based on his ability to deploy manpower and material to perform the scope of work to fit the leadership and development program schedules. 2. PAST PERFORMANCE: The Offeror's past performance with all projects relevant to the defined scope of work shall be evaluated. Projects performed on similar leadership and development programs are especially applicable. Elements to be evaluated will include, but not be limited to, the number of past projects with references included, record of performance as related to budget and schedule, conformance to specifications and standards, and commitment to customer satisfaction. 3. COST/PRICE: The proposal pricing shall be evaluated to detemine fairness and reasonablenesss. Price evaluation will include the base and four option years.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA25/W912EK-10-R-0026/listing.html)
- Place of Performance
- Address: USACE District, Rock Island P.O. Box 2004, Clock Tower Building, Attn: CEMVR-CT Rock Island IL
- Zip Code: 61204-2004
- Zip Code: 61204-2004
- Record
- SN02067088-W 20100219/100217234847-5209fc9c272bacbda1e670e95e84c35b (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 |