SOLICITATION NOTICE
R -- Leadership and Development Services
- Notice Date
- 7/16/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541612
— Human Resources Consulting Services
- Contracting Office
- N00189 NAVSUP Fleet Logistics Center Norfolk Philadelphia Office 700 Robbins Avenue, Building 2B Philadelphia, PA
- ZIP Code
- 00000
- Solicitation Number
- N0018914TZ357
- Response Due
- 7/22/2014
- Archive Date
- 8/6/2014
- Point of Contact
- Shawn Thomas 215-697-9619 Rosemary McWilliams
- E-Mail Address
-
<!--
- Small Business Set-Aside
- N/A
- Description
- This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures under the test program for commercial items found at FAR 13.5, as supplemented with the additional information included in this notice. This solicitation is being issued on a sole source basis with the incumbent Korn Ferry (formerly known as PDI Ninth House), for proprietary training and executive development tools and services for the Department of Navy (DoN) Executive Management Program Office (EMPO). Specific products include: Ninth House Platinum, Instant Advice, Action Learning, Leader as Mentor, PROFILOR, Time2Change, LPAR, SES competency Model, Emerging Leader Competency Model and ViaEDGE. Use of these tools will allow EMPO to continue to provide career lifecycle management of the DoN ™s executive cadre, which includes leadership development, workforce planning, and succession management. The contractor shall provide three main types of support: (1) executive support services, (2) training services and (3) training/developmental aids. On a monthly basis, the Contractor and DON Program Manager will discuss contract performance issues. The Contractor shall provide monthly written reports to the DON Program Manager on the work being performed under this contract. This monthly report will include a breakdown of the number of hours spent against each task for that month, as well as a cumulative total of hours spent to date on each task. The Government intends to issue a single award to the incumbent, Korn Ferry using sole source methods and anticipates award of a Firm Fixed Price type contract for proprietary training and executive development tools and services. The anticipated period of performance is 26 September 2014 through 25 September 2018; which includes a twelve (12) month base period and three (3) option periods. The quote shall be submitted per line item for the base period and each option. Responsibility and Inspection: Unless otherwise specified in the order, the contractor is responsible for the performance of all inspection requirements and quality control. The following FAR provisions and clauses are applicable to this procurement: 52.212-1, Instructions to Offerors - Commercial Items; 52.212-3 ALT I, Offeror Representations and Certifications - Commercial Items; 52.212-4, Contract Terms and Conditions, 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, 52,203-3 Gratuities, 52.224-2 Privacy Act and 52.246-4 Inspection of Services-Fixed “Price. The quote shall include a completed copy of 52.212-3 ALT I with quote. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: 252.212-7000, Offeror Representations and Certifications - Commercial Items, 252.223-7004 Drug Free Work Force, 52.217-9 Option to Extend the Term of the Contract and 252.232-7003 Electronic Submission of Payment Requests. DFAR 252.232-7006 Wide Area Work Flow will be utilized for payment under this contract. Enterprise-wide Contractor Manpower Reporting Application (ECMRA): The contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract for the DON Financial Improvement Program via a secure data collection site. The contractor is required to completely fill in all required data fields using the following web address “ https://doncrma.nmci.navy.mil. Reporting inputs will be for the labor executed during the period of performance during each Government fiscal year (FY), which runs October 1 through September 30. While inputs may be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year. Contractors may direct questions to the help desk, linked at https://doncmra.nmci.navy.mil. This solicitation will close at 1600 on 22 July 2014. The point of contact is Shawn Thomas, Contract Specialist, who may be contacted at 215-697-9619 and the Contracting Officer is R. J. McWilliams, 215-697-9740. All questions should be directed to Shawn Thomas at shawn.thomas1@navy.mil. The applicable NAICS Code is 541612 and the associated size standard is $14.0 million. Contracting Office Address: N00189 FISC NORFOLK, PHILADELPHIA OFFICE 700 Robbins Avenue, Building 2B Philadelphia, PA
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/FISCDETPHILA/N0018914TZ357/listing.html)
- Place of Performance
- Address: Washington Navy Yard, Washington, DC
- Zip Code: 20374
- Zip Code: 20374
- Record
- SN03428033-W 20140718/140716235806-d0010f53965eeae208f095833fa4de97 (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 |