MODIFICATION
U -- LDP Phase I, II and Supervisory Classes - Amendment 1 - Questions and Answers
- Notice Date
- 11/5/2018
- Notice Type
- Modification/Amendment
- NAICS
- 611430
— Professional and Management Development Training
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE CRRAEL, Hanover, 72 LYME ROAD, HANOVER, New Hampshire, 03755-1290, United States
- ZIP Code
- 03755-1290
- Solicitation Number
- W9132V19Q0001
- Archive Date
- 11/28/2018
- Point of Contact
- Kim D Roberson, Phone: 2173733478
- E-Mail Address
-
kim.d.roberson@usace.army.mil
(kim.d.roberson@usace.army.mil)
- Small Business Set-Aside
- Woman Owned Small Business
- Description
- Responses to questions regarding RFQ W9132V19Q0001 Wage and Determination Amendment to RFQ W9132V19Q0001. Amended sections are highlighted in yellow. This combined synopsis/solicitation for commercial items is prepared in accordance with the format at FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested. The solicitation number for this request for quotations (RFQ) is W9132V19Q0001. The associated North American Industry Classification System (NAICS) code is 611430, which has a size standard of $11 million. This is a total Women-Owned Small Business (WOSB) set-aside. Vendor must be WOSB eligible under the WOSB program. The U.S. Army Engineer Research and Development Center (ERDC), Geospatial Research Laboratory (GRL) in Alexandria, VA has a requirement to procure all products, materials, labor, tools and equipment necessary for the facilitation of a Leadership Development Program (LDP) - Phase I, Phase II & Supervisory training session. Performance Specifications: The primary aspect of this project is focused on facilitating the following leadership courses which cover the following proposed competencies but not limited to these exact classes. Note, while the titles of classes may vary, the competencies and number of classes must remain the same: Phase I LDP Classes - Seven (7) four-hour leadership classes, one (1) per month a) Building High Performing Teams b) Presentation Skills c) Communication Skills d) Conflict Management e) Emotional Intelligence f) Problem Solving g) DISC Assessment and/or Myers Briggs Phase II LDP Classes - Five (5) four hour leadership classes, one (1) per month a) Is Supervision For Me? b) Confident Interviews c) Seven Habits of Highly Effective People (or similiar to this copyrighted class) d) Embracing Accountability e) Unconscious Bias Supervisory Classes - Four (4) four hour leadership classes, one (1) per month a) What is Emotional Intelligence? b) Managing Unconscious Bias in the Workplace c) Bullying in the Workplace d) Communicate Your Way Out of Conflict The Contractor shall customize leadership training packages, provide customized materials and supplies for the seven leadership sessions, and have the ability to travel to facilitate the leadership training at the ERDC-GRL site in Alexandria, VA. The Period of Performance (POP): One (1) base year and four (4) option years. Year 1 LDP Phase II & Supervisory (9 courses, 1 per month for 4 hours each) Year 2 (Option) LDP Phase I & Supervisory (11 courses, 1 per month for 4 hours each) Year 3 (Option) LDP Phase II & Supervisory (9 courses, 1 per month for 4 hours each) Year 4 (Option) LDP Phase I & Supervisory (11 courses, 1 per month for 4 hours each) Year 5 (Option) LDP Phase II & Supervisory (9 courses, 1 per month for 4 hours each) Please reference the attached RFQ for the Performance Work Statement (PWS), as well as all applicable provisions and clauses. The Government intends to award a firm fixed-price contract resulting from this solicitation to the lowest price technically acceptable (LPTA), responsible quote. The following factors shall be used to evaluate offers: technical capability to meet the Government's required specifications; and price. Please provide responses to this notice, no later than close of business 8:00 AM, Central Standard Time (CST), 13 November 2018 to: Kim.D.Roberson@usace.army.mil Telephone responses will not be accepted. *Note: In order to be eligible for award of a Government contract, vendors must be actively registered in the System for Award Management (SAM), have no active exclusions, and complete representations and certifications. This system combines data that was formerly contained in the Central Contractors Registration (CCR), Online Representation and Certifications (ORCA), and the Excluded Parties List System (EPLS). For more information, review the SAM website at https://www.sam.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/332/W9132V19Q0001/listing.html)
- Place of Performance
- Address: 7701 Telegraph Road, Alexandria, Virginia, 22315, United States
- Zip Code: 22315
- Zip Code: 22315
- Record
- SN05142904-W 20181107/181105230441-0667bc1b48f890e35b8f568665c0ac35 (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 |