Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 26, 2011 FBO #3470
MODIFICATION

R -- NGA Leadership Coaching - Amendment 2

Notice Date
5/24/2011
 
Notice Type
Modification/Amendment
 
NAICS
611430 — Professional and Management Development Training
 
Contracting Office
Other Defense Agencies, National Geospatial-Intelligence Agency, AC Headquarters Support (ACH), Attn: ACH Mail Stop D-88, 4600 Sangamore Road, Bethesda, Maryland, 20816-5003, United States
 
ZIP Code
20816-5003
 
Solicitation Number
HM017711R0025
 
Point of Contact
Lora L. Mackin, Phone: 571-557-2437, Judith A. Hart, Phone: 571-557-2429
 
E-Mail Address
Lora.L.Mackin@nga.mil, judith.a.hart@nga.mil
(Lora.L.Mackin@nga.mil, judith.a.hart@nga.mil)
 
Small Business Set-Aside
N/A
 
Description
Revised page 36 of SF 1449 I.General Instructions This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in 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 document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-51. The National Geospatial-Intelligence Agency (NGA) Leadership Coaching Program (LCP) has a requirement for contractor support to provide the LCP management team with staff assistance and a cadre of certified, professionally trained, and TS/SCI-level cleared executive coaches to work in partnership with NGA’s Human Development Recruitment Services Career Development Division (HDRC). The overarching goal of the LCP is to support the mission through enhanced leadership effectiveness. This requirement is solicited as a Full and Open Competition and competed solely through the Government Point of Entry (www.fbo.gov). The associated contract clauses and Performance Work Statement are included with this synopsis/solicitation. Award will be made to the Offeror whose proposal is determined to provide the best value to the Government. The Government may select other than the lowest proposed cost/price proposal or other than the highest technically rated proposal. The Government may select a superior technical/management offer if it is determined that the additional merit offered is worth the additional cost in relation to the other proposals received. All vendors interested in submitting a proposal for consideration should do so, prior to the solicitation closing date, in the form of an email, to the Points of Contact listed in this solicitation. All submissions should be in accordance with the stipulations set forth below: •The proposal shall be clear and concise and include sufficient detail for effective evaluation. The Offeror should not simply rephrase or restate the Government’s requirements, but rather shall provide convincing rationale to address how the Offeror intends to meet these requirements. The Offeror should assume the Government has no prior knowledge of its capabilities and experience, and the Government will base its evaluation on the information presented in the Offeror’s proposal. •Elaborate brochures or documentation, binding, detailed artwork, or other embellishments are unnecessary and are not desired. •The proposal package must be received by the date and time specified in Block 8 on Page 1 of this RFP. Submissions should not contain attachments greater than 5MB in size. Larger documents may be sent in more than one attachment. Proposals shall be submitted to Lora Mackin at lora.l.mackin@nga.mil and to Judith Hart at hartj@nga.mil no later than 3 June 2011, 1600 hours EST. Contracting Office Address: Attn: ACH/MS S84-ACH 7500 GEOINT DRIVE Springfield,VA 22150 Primary Point of Contact: Lora Mackin at lora.l.mackin@nga.mil Secondary Point of Contact: Judith Hart at hartj@nga.mil NGA Website: www.NGA.mil Added: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][added_on]" value="2011-05-20 09:23:41">May 20, 2011 9:23 am Modified: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][modified_on]" value="2011-05-24 14:54:52">May 24, 2011 2:54 pm Track Changes This Modification is posted for the following purposes: Changes.pdf provides replacement pages 36, 48, 49, 53 and 54 for RFP-HM0177-11-0025.pdf to clarify Evaluation Factors and Trade-off Process per FAR 15.304(e) and FAR 15.101-1(b), make Factor numbering consistent. c. Increase page limit for Security from 2 to 5 in Table 7-1 Proposal Organization. 2.PWS 9 May Revised 19 May.pdf replaces PWS pgs 1-6.pdf, PWS pgs 7-13.pdf and PWS Appendices.pdf to correct typos, change 6.2 General Deliverable Requirements to exempt delivering coach-client privacy-protected documentation to COR and change Appendix C to better distinguish mandatory from optional required qualifications ( ICF-equivalent executive/leadership coaching certification is acceptable). 3.Answer questions received by email Question 1. Is it possible to provide these items so we can make this as easy for our clients as possible? 1. Past Perfomance Questionnaire word document version for ease of completing 2. A fax number to submit the questionnaire Answer 1. PPQ is Attachment 6.doc attached. FAX to 571-558-3415 Q2. Is the incumbent SENSA Solutions under HM157608D0005. A2. Yes, SENSA Solutions currently provides Executive Coaching to NGA under Contract No. HM157608D0005. Q3. Can you please clarify the due-date for all volumes for proposal HM017711R0025? The solicitation form 1449 states June 3rd at 1600 EST but page 36 of the RFP states May 31st at 1700 EST. Can you also confirm all volumes are due via email, as page 36 of the RFP states? A3. Due date for all sections of proposals for HM017711R0025 is 3 June 2011, 1600 EST. All submissions must be emailed by 3 June 2011, 1600 EST as stated on the attached Revised page 36 of the RFP. Q4. How do I get on the “sub” list for executive coaching? A4. NGA does not have a “sub” list, but www.fedbizopps.gov has functions for accessing Small Business Opportunities, and has an RFI for NGA Executive Coaching, HM017711T0017, which closed on 11 Mar 11, with a Tab titled “Interested Vendors List” which was generated by the RFI. Q5. Will NGA consider extending the deadline by one week to June 10? A5. No, deadline remains proposals must be emailed by 3 June 2011, 1600 EST. Q6. PWS, pages 7-13, paragraph 3.2.6 Leadership Coaching Program Metrics, page 7. What metrics are currently collected for coaching? For example, what elements are being evaluated ? A6. Current metrics are not relevant since we’re looking for your recommendations for the best ways to use metrics to evaluate and improve our program. Q7. PWS, pages 7-13, paragraph 5, Leadership Coaching Support Cadre, page 8 We understand that the approximate level of effort for this category is 1860 hours. Does the government have a preference to use multiple certified coaches or a single certified coach to fulfill this requirement? A7. We expected multiple part-time certified coaches would be needed to get the best fit for the particular executive/leader to be coached. Q8. PWS, pages 7-13, paragraph 7 Place of Performance, page 9 Please clarify the circumstances under which coaching personnel would travel to St. Louis, MO and Denver, CO. A8. NGA has permanent staff at both of these locations and might send a coach TDY from NCE, Springfield, VA, if the client was located at one of these sites. Q9. RFP Section 7.4 Proposal Preparation Instructions, Paragraph, D, Proposal Documents, Subparagraphs 4.0 Page Limitations and 5.0 Page Size and Format, page 36. This section indicates that the proposal should be prepared as a Word document (Excel for Cost/Pricing) with a minimum type size of 10 point Arial standard font with single spacing. Is it acceptable to provide the proposal in a PDF format? If Word and Excel are required, what version is to be used? A9. PDF acceptable for other than Cost/Pricing which should be compatible with NGA’s Microsoft Office Excel 2007.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/92bdfb07920331dbca4da05b4a44b303)
 
Place of Performance
Address: Several NGA sites Primarily NGA St Louis, MO and NGA, 7500 GEOINT Drive, Springfield, Virginia, 22150, United States
Zip Code: 22150
 
Record
SN02455522-W 20110526/110524234619-92bdfb07920331dbca4da05b4a44b303 (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.