Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 08, 2018 FBO #5921
SOURCES SOUGHT

U -- Firm-Fixed Price (FFP) Service contract providing a leadership training program

Notice Date
2/6/2018
 
Notice Type
Sources Sought
 
NAICS
611430 — Professional and Management Development Training
 
Contracting Office
N62470 NAVFAC Atlantic Code AQ 6506 Hampton Blvd, Building A Norfolk, VA
 
ZIP Code
00000
 
Solicitation Number
N6247018R5013
 
Response Due
2/20/2018
 
Archive Date
3/20/2018
 
Point of Contact
Stuart Wirth
 
E-Mail Address
<!--
 
Small Business Set-Aside
Woman Owned Small Business
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSALS (RFP). This market research tool is being issued for information and planning purposes only and is not to be construed as a commitment by the Naval Facilities Engineering Command (NAVFAC), implied or otherwise, to issue a solicitation or ultimately award a contract. An award will not be made on offers received in response to this notice. The Government is not responsible for the cost associated with any effort expended in responding to this notice. This announcement is for information and planning purposes to determine the availability of sources prior to issuing the RFP. This is not a solicitation, but a Sources Sought only. NAVFAC Atlantic is seeking eligible Woman Owned Small Businesses (WOSB) capable of providing an Aspiring Leader Development Program (ALDP) for the Naval Facilities Engineering Command (NAVFAC) area of responsibility (LANT, Washington, Southwest, Southeast, Northwest, MIDLANT, EURAFSWA, PAC, Far East, Marianas, Hawaii, EXWC, and NCC). The ALDP is a corporate-wide initiative to inspire employees to become future leaders. The purpose of the ALDP is to develop employees at the entry level. Participants gain the knowledge, skills, ability and confidence to decide whether or not they want to pursue a leadership role at NAVFAC. The pilot program outcomes and competencies are aligned with OPM developmental framework. The corporate-wide ALDP shall be aligned with the Department of Navy (DoN) Civilian Workforce Development Framework. The corporate-wide program consists of up to twenty-five (25) participants at each NAVFAC location and includes General Schedule (GS) and Wage Grade (WG) labor force. The program is projected to be open to all GS-07 through GS-12, WG-07 through WG-15, WL-05 through WL-13, and WS-01 through WS-09. The foundation of the ALDP shall be geared toward examining employees ™ current level of competencies; identifying potential areas for personal and professional growth; activities to enhance leadership skills and team building through assessment; developmental experiences; in-classroom training; and evaluation. The ALDP shall be developed to consist of leadership assessment; personalized leadership development plans; experiential learning activities; core classroom curriculum and training; leadership assessment reports; training analysis reports; and summative training assessment. The Contractor shall provide three (3), one-week training sessions that may be conducted simultaneously at up to ten different geographic locations. Classes will be held from 0800-1600, Monday through Friday, five days a week within a six-month period, once or twice per year. The Contractor shall provide Aspiring Leadership Development Assessment to enhance participants current knowledge and skills to achieve proficiencies included in the DoN Civilian Workforce Development Framework. The Contractor shall provide two self-assessment instruments, the Leadership Effectiveness Inventory (LEI) and Myers-Briggs Type Indicator Assessment (or other proven assessment method). Similar assessment methods are acceptable as long as data supports industry standards for reliability and validity. The Contractor shall develop and implement instructional content to improve competencies in leadership development, team building, effective communications, customer services, management skills, and experiential learning. The curriculum and training program may include commercially available off-the-shelf (COTS) materials appropriately modified to meet the requirements. The Core Classroom Curriculum shall support Department of the Navy Civilian Workforce Development Framework Leadership Competency Model and shall include: Lesson Plans Title of the Lesson Period of time required to complete the lesson Required materials Objectives Instructional component. This describes the sequence of events which will take place as the lesson is delivered. It includes the instructional input - what the teacher plans to do and say, and guided practice. An opportunity for students to try new skills or express new ideas with the modeling and guidance of the teacher. Independent practice. This component allows students to practice the skill or extend the knowledge on their own. Summary Evaluation The Government intends to purchase rights to the material produced in this requirement. Respondents should be Woman Owned Small Businesses (WOSB) under North American Industry System Classification code is 611430, Professional Development Training. The small business size standard is $11 Million. The Government is contemplating the award of a Single Fixed Price Indefinite Delivery/Indefinite Quantity (ID/IQ) contract. If a solicitation is issued, the solicitation will consist of a one-year base period and four one-year option periods totaling five (5) years. Responses to this Sources Sought Notice should reference N62470-18-R-5013 and shall include the following information in this format: 1.Company Name, address, point of contact name, phone number, and email address; 2.Contractor and Government Entity (CAGE) Code; 3.A copy of SAM.GOV active registration. Must reflect Data Universal Numbering System (DUNS), Commercial, CAGE, Reps/Certs, and registration under applicable NAICS. 4.Capability statement displaying the contractor ™s ability to provide the services, to include past performance information. If past performance information is provided, please include only relevant past performance on the same/similar work within the last 5 years. Please also include in past performance information the contract numbers, dollar value, and period of performance for each contract referenced in the response to this sources sought. 5.Include any other supporting documentation. 6.Detailed information in narrative form demonstrating how your firm would meet the requirements of Limitations on Subcontracting, FAR Clause 52.219-14 and accomplish at least 50 percent of the cost of contract performance incurred for personnel. Ensure response is specific to the work described herein and provide estimated percentages of what work your firm would accomplish for the effort. Identify subcontracting, joint ventures or teaming arrangements that will be pursued, if any. 7.Please provide additional information that you feel relevant to the solicitation. Documentation of technical expertise must be presented in sufficient detail for the Government to determine that your company possesses the necessary functional area expertise and experience to compete for this acquisition. Standard company brochures will not be reviewed. Submissions are not to exceed five (5) typewritten pages in no less than 12-font size, excluding numbers 1, 2, 3, and 5 above. Responses should be emailed to Linda Stein at linda.stein@navy.mil no later than 2:00 PM Eastern Standard Time (EST), 20 February 2018. Late responses will not be accepted. NOTE: THE GOVERNMENT RESERVES THE RIGHT TO CANCEL THIS ACQUISITION AT ANY TIME. THE GOVERNMENT IS NOT RESPONSIBLE FOR ANY COSTS INCURRED IN ORDER TO PARTICIPATE IN THIS PROCESS. ALL INFORMATION SUBMITTED IS AT THE OFFEROR ™S OWN EXPENSE. ANY RECOMMENDATIONS OR SUGGESTIONS PROVIDED IN RESPONSE TO THE MARKET RESEARCH MAY BE UTILIZED WITHOUT ANY RESTRICTIONS WHATSOEVER OR COST TO THE GOVERNMENT AND MAY BE INCLUDED IN THE PWS. Proprietary information should be clearly marked. The requested information is for planning and market research purposes only and will not be publicly released. Again, this is not a request for a proposal. Respondents will not be notified of the results. Please note the information within this pre-solicitation synopsis will be updated and/or may change prior to an official synopsis/solicitation, if any.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62470CON/N6247018R5013/listing.html)
 
Record
SN04811671-W 20180208/180206231249-e2b19057670d6809186a9783d9bbc653 (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.