Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 18, 2017 FBO #5566
SOURCES SOUGHT

U -- Unconscious Bias Educational Presentation

Notice Date
2/16/2017
 
Notice Type
Sources Sought
 
NAICS
611430 — Professional and Management Development Training
 
Contracting Office
Department of the Navy, United States Marine Corps, MCB Quantico - National Capital Region (NCR), 2010 Henderson Road, Quantico, Virginia, 22134-5045, United States
 
ZIP Code
22134-5045
 
Solicitation Number
M00264-17-T-0045
 
Archive Date
2/27/2017
 
Point of Contact
Grace M. Gonzalez, Phone: 7034320344
 
E-Mail Address
grace.gonzalez@usmc.mil
(grace.gonzalez@usmc.mil)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT ANNOUNCEMENT DISCLAIMER: THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. The United States Marine Corps (USMC) Marine Corps Installations National Capital Regional - Regional Contracting Office (MCINCR-RCO), Marine Corps Base, Quantico, VA is seeking sources capable of providing educational presentations of Unconscious Bias Education to General Offices, Senior Executives, and Commanders in response to the Presidential Memorandum dated 5 October 2016 and entitled, "Promoting Diversity and Inclusion in the National Security Workforce". The educational presentations are from 27 March to 31 October 2017 at three specific Marine Corps events, which are held in and around the National Capital Region (NCR). CONTRACTING OFFICE ADDRESS: Marine Corps Installations National Capital Region - Regional Contracting Office (MCINCR-RCO), 2010 Henderson Rd, Quantico, VA 22134. INTRODUCTION: This is a SOURCES SOUGHT TECHNICAL DESCRIPTION to conduct market research and determine the availability and technical capability of all sources to provide the required products and/or services. This sources sought allows potential contractors to submit a non-binding statement of interest and documentation demonstrating their corporate capabilities and suggestions that will allow the Government to refine its potential course of action. The sources sought effort is intended to assess industry capabilities to a new requirement for educational presentations of Unconscious Bias Education to General Offices, Senior Executives, and Commanders from 27 March to 31 October 2017 at three specific Marine Corps events, which are held in and around the National Capital Region (NCR). The qualifying NAICS code for the majority of this effort is 611430 Professional and Management Development Training. PROGRAM BACKGROUND: The Equal Opportunity and Diversity Management Branch (MPE) manages the Marine Corps equal opportunity and diversity management programs and policies. The diversity maangement program aims to introduce and develop manpower initiatives and policies, which support diversity, inclusion, and talnt management across the Marine Corps. The requirement is for provive executive-level Uncoscious Bias education to Marine Coprs audience at three specific venues; Executive Off-Site Washington, D.C., Commanders Course Quantico, VA and Commanders Couser Quantico, VA. This Unconscious Bias education presentations are in response to the Presidential Memorandum dated 5 October 2016 and entitled, "Promoting Diversity and Inclusion in the National Security Workforce". REQUIRED CAPABILITIES: The Government requires educational presentations of Unconscious Bias Education to General Officers, Senior Executives, and Commanders from 27 March to 31 October 2017. The educational presentations are deliverable at three specific Marine Corps events, which are held in and around the National Capital Region (NCR). 1. The Contractor shall provide personnel with relevant academic backgrounds and strong experience in Unconscious Bias education. The Contractor personnel shall prossess appropriate certifications, qualifications and credentials as specified by owner of the Unconscious Bias core corriculum. The Contractor will ensure its assigned personnel are able to skillfully instruct Unconscious Bias concepts; introduce the Project Implicit online research tools and database; and expertly engage in dialogue with executive-level audiences. Personnel assigned to each task must have current, functional knowledge and professional access to the Project Implicit website (implicit.harvard.edu), online tools, and database. 2. The work task are: a. Unconscious Bias lecture at the Executive Off-Site to General Officers and Senior Executives by a Principal Investigator, PhD. Event: Executive Off-Site Audience: General Officers and Senior Executives Date: 27 March 2017 Duration: 90 Minutes Location: Washington Navy Yard, Washington, D.C. Contractor Expertise: Principal Investigator, PhD. b. Unconscious Bias lecture at the FY17 Commanders Course to O-6/O-5 Commanders by Assistant Professor(s). Event: Commanders Course Audience: Colonels and Lieutenant Colonels Date: xx April 2017 xx October 2017 Duration: 90 Minutes Location: Marine Corps Base, Quantico, VA. Contractor Expertise: Assistant Professor(s). The Contractor shall provide any instructional and supporting material to each event participant as defined by the Unconscious Bias core corriculum. 3. Upon Completion of each work task, the event attendees will posses an usderstanding of Unconscious Bias concepts and their impact on their Organization. Would be aware of the Project Implicit Research Program and its availability to individuals and organizations; and be conversant about Unconscious Bias concepts that influence judgement, decision-making and behavior outside of conscious awareness as it applies to leading Marine Coprs personnel both military and civilian. REQUIREMENTS OUTCOMES The Contractor will ensure... The event attendees will... its assigned personnel are able to skillfully educate on Unconscious Bias concepts; posees an understanding of Unconscious Bias concepts and their Impact on the organization; introduce the Project Implicit online research tools and database; be aware of the Project Implicit research program and its availability to individuals and organizations; and expertly engage in dialogue with executive-level audiences. and be conversent about Unconscious Bias concepts that influence judgement, decision making and behavior outside of conscious awareness as it applies to leading Marine Corps personnel both military and civilian. 4. Personnel and Security Requirements: The Contractor is directly responsible for ensuring its personnel assigned to each task follow all rules and regulations while aboard the Government's installations. This requirement applies to all subcontractors. 5. Travel Requirements: The Contractor will coordinate and supervise all travel of its personnel. It is the responsibility of the Contractor within its own policies and procedures to ensure its personnel meet all travel and security requirements. GOVERNMENT FURNISHED PROPERTY (GFP) The delivery of presentations shall involve the Contractor's use of Government facilities and property to include: •· Classroom, Conference Room, or Auditorium. •· Appropriate audio-visual equipment (i.e. computers, projectors and screens). Onsite government personnel will assit the Contractor in defining the accepted media and equipment needed to deliver the presentations. Physical and technical security requirements will be coordinated prior to each presentation date. EXPERIENCE Please provide description of similar services provided under the Commercial, Government and USMC's environments. Provide relevant details on the responder providing the same or similar supplies/services made to the general public or to governmental entities. Relevant details to the Equal Opportunity and Diversity Management Branch (MPE) proposed acquisition should include, but not be limited to, information regarding the size and length of the effort, responder performing as a prime or subcontractor, customary practices under which the sales of the service(s)/supplie(s) were made, security details, the customary practices regarding customizing, modifying, or tailoring of a service(s) to meet customer needs and associated costs, the kinds of performance assessment methods commonly used; the common qualifications of the people performing the services; and requirements of law and/or regulations unique to these supplies/service(s), that can demonstrate the responder's abilities and capacity to meet Equal Opportunity and Diversity Management Branch (MPE) - Unconscious Bias Educational Presentation requirements capabilities. DESCRIPTION OF CAPABILITIES The capability statement provides in response to this source sought shall include the following criteria: 1. Service capabilities that the responder currently possesses. Response should include the relevant information regarding specific labor, trades, skills, experience, clearances to fulfil the requirement capababilities; 2. Identify the core objective(s) that responder cannot fulfil and provide an explanation about how to mitigate; 3. Extent to which the responder has the ability to meet the proposed acquisition (e.g. Prime or subcontractor); 4. Extent to which the responder is aware of any potential Organizational Conflict of Interest issues or a non-immitigable OCI related to current development work at USMC. ADMINISTRATIVE: Response to this source sought shall include the following information as a minimum: •11. Name, mailing address, overnight delivery address (if different from mailing address), phone number, fax number, company website, CAGE code, DUNS Number, and e-mail of designated point(s) of contact. •12. The anticipated North American Industry Classification System Code (NAICS) for this requirement is 611430 Professional and Management Development Training, with the corresponding size standard in millions of dollars of $11.0. This Source Sought is requesting responses to the following criteria ONLY from all sources that can provide the required services under the NAICS Code. The Government accepts recommendation for alternative NAICS Code. If recommendation is provided, please provide rationale for any NAICS Code applicable to the planned acquisition other than the NAICS code identified above. •13. Business Type: To assist RCO-NCR in making a determination regarding the level of participation by small business in any subsequent procurement that may result from this Source Sought, you are also encouraged to provide information regarding your plans to use joint venturing (JV) or partnering to meet each of the requirements areas contained herein. This includes responses from qualified and capable Small Businesses, Small Disadvantaged Businesses, Service Disabled-Veteran Owned Small Businesses, Women-owned Small Businesses, HUBZone Small Businesses, and 8(a) companies. You should provide information on how you would envision your company's areas of expertise and those of any proposed JV/partner would be combined to meet the specific requirements contained in this announcement. To be considered for a Small Business set-aside, at least 50 % of the cost of contract performance incurred for personnel shall be expended for employees of the responder.( FAR 52.219-14, Limitation of Subcontracting) RESPONSE Are you a Small Business? ( FAR 19.102 ), If so, which type: □ YES □ NO Small Disadvantaged small business? ( FAR 19.304 ) □ YES □ NO Service Disabled small business? ( FAR 19.14 ) □ YES □ NO 8(a) Small Disadvantaged small business? ( FAR 19.8 ) □ YES □ NO HUBZone small business? ( FAR 19.13 ) □ YES □ NO Woman-Owned Small Business? ( FAR 19.15 ) □ YES □ NO Involved in a mentor and/or protégé program? ( DFARS 219.71 ) □ YES □ NO •14. In order to make a determination for a small business set-aside, two or more qualified and capable small businesses must submit responses that demonstrate their qualifications. Responses must demonstrate the company's ability to perform in accordance with the Limitations on Subcontracting clause (FAR 52.219-14). •15. Please provide a determination of intent to participate/solicit as a prime contractor or subcontractor. 6. If your business holds an active General Services Administration (GSA) Federal Supply Schedule (FSS), NASA SEWP, or any Department of Defense (DoD) Indefinite Delivery Indefinite Quantity (IDIQ) which can accommodate the scope of the entire requirements outlined above, please provide the number with the capability package submission. SUBMISSION DETAILS: Responses must contain UNCLASSIFIED information only and be marked "UNCLASSIFIED" at least on the first page of the response. No classified information may be included anywhere in the response. Responses must include: 1) Business name and address; 2) Name of company representative and their business title; 3) Type of Small Business; 4) Cage Code; 5) DUNS Number; 6) Responses shall be in Microsoft Word for Office or compatible format and shall not exceed 10 pages. A page is defined as each face of an 8½" x 11" sheet with information contained within a one inch margin on all sides. Font type shall be Times Roman 12 point; 7) Proprietary information, if any, should be minimized and MUST BE CLEARLY MARKED. To aid the Government, please segregate proprietary information. Please be advised that all submissions become Government property and will not be returned. Vendors who wish to respond to this Source Sought should send responses via email NLT 10AM Eastern Time 23 February 2107 to Grace Gonzalez at grace.gonzalez@usmc.mil. Interested vendors should submit a brief capabilities statement package (no more than ten (10) pages) demonstrating ability to perform the services listed in this Technical Description. Documentation should be in bullet format. Proprietary information and trade secrets, if any, must be clearly marked on all materials. All information received that is marked Proprietary will be handled accordingly. Please be advised that all submissions become Government property and will not be returned. All government and contractor personal reviewing Source Sought responses will have signed non-disclosure agreements and understand their responsibility for proper use and protection from unauthorized disclosure of proprietary information as described 41 USC 423. The Government shall not be held liable for any damages incurred if proprietary information is not properly identified.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M00264/M00264-17-T-0045/listing.html)
 
Record
SN04405345-W 20170218/170216234711-bfd59cf26831f7cd5b1d43965ebef2f6 (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  © 1994-2020, Loren Data Corp.