Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 12, 2010 FBO #3183
MODIFICATION

U -- Amendment--Change Response Date--Supervisor and Organizational Development Training to be held at a USACE Nashville District Site

Notice Date
8/10/2010
 
Notice Type
Modification/Amendment
 
NAICS
611430 — Professional and Management Development Training
 
Contracting Office
USACE District, Nashville, P.O. Box 1070, 801 Broad Street, Nashville, TN 37202-1070
 
ZIP Code
37202-1070
 
Solicitation Number
W912P510T0015
 
Response Due
8/13/2010
 
Archive Date
10/12/2010
 
Point of Contact
Pamela Woodard, 615-736-7915
 
E-Mail Address
USACE District, Nashville
(pamela.a.woodard@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Amending Response Date---Combined Synopsis/Solicitation This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Proposals are being requested and a written solicitation will not be issued. This solicitation is being issued as request for quotation (RFQ) Number W912P5-10-T-0015. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-44. The North American Industry Classification System (NAICS) Code is 611430 with a small business size standard of $ 7 M. This acquisition is a 100% small business set-aside. Requirement: Provide On-Site (U.S. Army Corps of Engineers (USACE) Nashville District), Supervisor and Organizational Development Training and Certification of approximately 85 individuals. LINE ITEM 0001: Services inclusive of all supervision, labor, materials, equipment, supplies, facilities, travel and per diem necessary to Provide Supervisor and Organizational Development Training which consists of three (3) monthly classes (each monthly session will be three days each inclusive of a one day make up session) (approximately 0800-1600 each day) to be held at the Nashville District Corps of Engineer site. The Contractor shall be presenting to an audience of approximately forty (40) personnel. The Course shall cover all key aspects of individual and organizational competence needed to develop the USACE workforce by addressing leadership development, succession planning, recruitment and retention of our workforce in accordance with the Army Campaign Plan. Start date Classes shall be scheduled within 2 weeks after contract award Completion date: Six (6) months after award. Place of delivery, performance, and acceptance is FOB Destination, USACE Nashville District, 37203 ESTIMATED QUANTITY: 85 UNIT: Each UNIT PRICE: $ __________________ TOTAL PRICE: $ __________________ EVALUATION PROCEDURES: Offerors are responsible for providing accurate and complete information for evaluation. (Failure to do so may rule the proposed unacceptable.) The Government will perform a best value/trade off selection. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer, conforming to the solicitation; will be the most advantageous to the Government in accordance with the requirement. Only those offerors determined to be in compliance with the requirements as stated in this solicitation will be considered for award. Non-conformance with this requirement may result in offeror's quote being determined unacceptable. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration, (IAW FAR 4.1201 prospective contractors must be registered in the Online Representative & Certification Application (ORCA) at http://orca.bpn.gov) The offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation. Late offers - Any offer, modification, revision, or withdrawal of an offer received at the Government office designated in the solicitation after the exact time specified for receipt of offers is late and will not be considered. Offeror must include, with its offer, a completed copy of provision FAR 52.212-3 in full text. Offerors are required to submit their proposals electronically (via email), as attachments in MS Word or MS Excel files to Ms. Pam Woodard at Pamela.a.woodard@usace.army.mil. To be eligible for an award, all contractors must be registered in the Central Contractor Registration (CCR). A contractor can contact the CCR by calling 1-888-227-2423 or e-mail at www.ccr.gov. The following provisions and clauses apply: 52.252-1 -- Solicitation Provisions Incorporated by Reference. This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this address: http://farsite.hill.af.mil. Provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. Provision at 52.212-2 -- Evaluation -- Commercial Items. (Jan 1999) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following evaluation factors listed in descending order of importance apply: 1)Technical Approach - The likelihood of effectively meeting the requirements. To be technically acceptable the item shall meet the Government's specifications. Offerors shall submit descriptive literature, training or class samples, technical features that demonstrate their ability to perform services relative to the subject training. a.Corporate Qualifications: The Offeror shall demonstrate experience and qualifications in designing training to enhance and fully support the U.S. Army Corps of Engineer Implementation Plan (IPlan) and Operations Plan (OPlan). Provide three (3) references of similar type experience with other USACE or other Federal Agencies. b.Understanding the Requirement: The Offeror shall demonstrate their complete understanding of the intent and requirements by fully describing the Offerors technical approach. Provide resumes of individual personnel detailing proven education, skills and certifications necessary to develop and conduct the required training sessions. c.Management: The Offeror shall include a brief management plan of how they intend to accomplish, administer and manage the proposed training. Provide a proposed schedule. 2)Past Performance: Past performance will be evaluated to ensure satisfactory business practices and timely performance (provide three verifiable references with contact information. 3)Price - The amount, realism and consistency of the evaluated price. The offeror shall provide sufficient information to allow the Government to perform cost analysis to determine price fair and reasonable. Offerors shall ensure that the information on their past performance is accurate, complete and updated. Failure to do so may result in a negative past performance assessment. Price is an important factor for award, but the non price factors when combined are more important than price. 52.212-3 Offeror Representations and Certifications -- Commercial Items 52.252-2 Clauses Incorporated by Reference (Feb 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: http://farsite.hill.af.mil. 52.212-4 Contract Terms and Conditions - Commercial Items 52.212-5 Contract Terms and Conditions Required to Implement Statutes 52.222-3 Convict Labor 52.232-33 Payment by Electronic Funds Transfer--Central 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items 252.225-7036 Buy American Act-Free Trade Agreements-Balance of Payments Program 252.232-7003 Electronic Submission of Payment Requests Electronic proposals are due by 4:30 pm, local time, 13 August 2010 at the following email address: Pamela.a.woodard@usace.army.mil. Facsimile proposals are not authorized. Proposals received after the above noted time and dated set for receipt will not be considered for award. An official authorized to bind your company shall sign and date the offer. All questions must be received by 4:00 P.M, local time 29 July 2010. Questions concerning this solicitation should be addressed to Pam Woodard, Contract Specialist, Phone (615) 736-7915 or e-mailed to Pamela.a.woodard@usace.army.mil. The Government intends to award a Firm Fixed-Price order. Payments for all Line Item(s) will be made on the basis of Firm Fixed-Price (FFP). FFP payments require completion, delivery and acceptance by the Government of the specific deliverables. Contracting Office Address: U.S. Army Corps of Engineers, Nashville District, 110 9th Avenue South, Nashville, Tennessee 37203 Primary Point of Contact: Pamela A Woodard, Contract Specialist 1.0BACKGROUND: USACE Senior Leaders are focused on aligning Implementation and Operations plans so that the Corps as a whole all understand and share the same vision from the top of the organization down. Understanding the Army Campaign Plan, Implementation Plan, Operations Plans and where employees fit in is a key theme emphasized throughout the U.S. Army Corps of Engineers. 2.0OBJECTIVE: To promote a breadth of abilities and knowledge, including quantitative and analytical skills, communication skills and social insight, to develop leadership skills To provide a solid foundation of knowledge, skills and abilities to positively impact the workforce. To prepare management for a lifetime of learning and leadership. 3.0 DESCRIPTION OF SERVICES. To develop and conduct training sessions designed to enhance and support the U.S. Army Corps of Engineers (USACE) District Operations Plan (O-Plan). The training shall be specifically designed to meet the needs and concerns of officer/civilian personnel who hold management or leadership positions (now or in the future) by providing clarity in how the Army Campaign, Implementation Plan (I-Plan) and O-Plan relate to one-another. The training shall prepare participants to fully understand the roles and responsibilities to successfully implement the O-Plan. The training shall include various workshops, providing instruction in focusing on communication and the use of praise and constructive criticism. The contractor shall develop and present a curriculum which includes a District Climate Assessment. The assessment results will be compiled at the District level and Departmental level. The results shall be discussed during a 1- 2 hour brief with the Executive Committee members of the district. The assessment should occur within the first week of the contract. The contractor shall develop course curriculum training materials, specifically addressing OPlan main concepts. Materials shall include a manual, covering the curriculum. The contractor shall ensure that the manual includes thorough and accurate information on all topics addressed during the training, to include sample documents, exercises, and resources with contact information. The contractor shall use a wide variety of learning techniques to include lecture, discussion, and individual as well as group exercises during the program. The contractor shall, in person, conduct training for up to eighty five (85) personnel via six (6) monthly sessions at four (4) hours each. Training Session format shall be: Session 1: Values, Mentors, Mental Models, Feedback / Self-disclosure, Interests vs. Positions Session 2: Managerial Style Assessment Session 3: Work Climate Assessment Session 4: Velocity of Communication, Listening Skills Session 5: Art of Praise, Art of Constructive Criticism Session 6: Assertion, Review of New IDP and Development of Visionary Plan Note: At the end of each training session (within an online discussion board) participants within one week will complete a learning plan that will show usage of their new insights and tools of application, and within two weeks will respond to a minimum of two peers. The Contractor shall develop a 360 Degree Assessment Tool. The contractor shall administer a 360-degree assessment one month prior to the first training session. The raters for each participant (no limit) will be selected by the USACE executive steering committee. Participants and raters will be briefed in detail on the application and usage of the assessment tool; this is important to gain their trust that the instrument is being used as a developmental tool versus a performance review assessment, and in such; their support will be gained in promoting others in honestly completing the instrument. After results have been tabulated, results shall be shared with the participant, their supervisor, and the executive steering committee. Participants will review the 360-profile in a one-on-one coaching session and identify strengths and opportunities for growth in response to the results. Additionally, they will identify personal gaps and develop an Individual Developmental Plan to address these areas. The contractor shall coordinate a post 360-Degree Assessment at the end of Session Five. The Results shall be tabulated and shared with participants, supervisors and executive committee members. During Session Six, participants will revisit their post assessment results and their IDP, and complete a visionary plan that will detail their next steps. The Contractor shall create an online discussion board for participants to post their learning plans and IDPs, and to respond to a minimum of two peers monthly. Participants, USACE Supervisors and Executive Steering Committee members shall be given access to the discussion board and encouraged to post responses to participants. Departmental Seminar The Contractor shall also be required to conduct a one time, four (4) hour Seminar for the Government Leaders and Managers. This seminar shall focus on internal community awareness and team building. The Contractor shall arrange for group interaction and activity based on the Departments Work Climate results. Attendees will gain a heightened awareness of individual needs and formulate an action plan surrounding opportunities for growth. 4.0 Government Furnished: The Government will furnish or make available to the contractor any documentation deemed necessary to accomplish this tasking and provide necessary equipment and supporting materials, make all arrangement for facilities within the Nashville District Office, compile seminar evaluation responses, address evaluation responses including lessons learned and proposed corrective action where deficiencies have been identified with contactor. 5.0 Contractor Requirements: The trainers must possess extensive experience in educating, training, conflict resolution, anger and stress management, classroom facilitation, individual coaching, team interaction, leadership and organizational development. Resumes documenting experience is required with your proposal. Contractor shall provide 3 references of similar type of experience with Corps of Engineers or other federal Government agencies. (See Past Performance) Prices proposed shall include travel and all other expenses necessary to conduct the training. 5.1 Personnel Qualifications/Certifications: At a minimum five (5) years experience facilitating/counseling/coaching personnel designed to enhance individual and organizational competence. Proven skills facilitating seminars/training and/or workshops with a minimum of five or more years experience and providing follow-on transition assistance. 6.0 Place of Performance: U.S. Army Corps of Engineers, Nashville District, 110 9th Avenue South, Room A640, Nashville, Tennessee 37203 7.0 Schedule: Anticipate each course shall be three full days from 0800-1600 with 1-hour lunch. 8.0 Anticipate the Contractor shall provide a total of 72 hours instruction per seminar. 9.0 It is anticipated that the seminar dates are monthly starting in September.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA62/W912P510T0015/listing.html)
 
Place of Performance
Address: USACE District, Nashville P.O. Box 1070, 801 Broad Street Nashville TN
Zip Code: 37202-1070
 
Record
SN02235150-W 20100812/100810235613-0bb37831a25468b302150ae06fac61f7 (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.