Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 12, 2023 SAM #7747
SOLICITATION NOTICE

R -- Leadership Coaching Services - R&D

Notice Date
2/10/2023 12:55:23 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611430 — Professional and Management Development Training
 
Contracting Office
RPO EAST (36C24E) PITTSBURGH PA 15212 USA
 
ZIP Code
15212
 
Solicitation Number
36C24E23Q0082
 
Response Due
2/22/2023 8:59:00 AM
 
Archive Date
04/23/2023
 
Point of Contact
Ms. Millicent Covert, Contracting Officer, Phone: (412) 822-3488
 
E-Mail Address
millicent.covert@va.gov
(millicent.covert@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This is a Request for Quote (RFQ) and the solicitation number is 36C24E23Q0082. The government anticipates awarding a firm-fixed price, Indefinite Delivery, Indefinite Quantity (IDIQ) contract resulting from this combined synopsis/solicitation. This solicitation is issued as a 100% set aside for Service-Disabled Veteran Owned Small Business concerns. To receive credit, an Offeror must be registered and verified in VetBiz.gov Vendor Information Pages (VIP) (http://www.VetBiz.gov) at time of submission. Provide both System for Award Management (SAM) Unique Entity Identifier (UEI) and VIP SDVOSB certification with submission when providing capability for this solicitation. This solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-89. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at www.acquisition.gov. STATEMENT OF NEED CONTRACT DESCRIPTION AND REQUIREMENTS The purpose of this acquisition is to provide remote (on-line) training, coaching, and teaching of VA Salt Lake City Research Department. A firm-fixed price, Indefinite Delivery, Indefinite Quantity (IDIQ) contract will be awarded for the purchase of services in accordance with all terms, conditions, provisions, specifications and schedule of this solicitation herein. Quotes shall contain the Offeror s best terms for cost/price and technical capabilities of the required services. The government reserves the right to award without discussions. A. GENERAL INFORMATION 1. PURPOSE: The purpose of this acquisition is to provide remote (on-line) training, coaching, and teaching of VA Salt Lake City Research Department. This Statement of Work (SOW) sets forth the description of work to be ordered under the resulting contract. This will be a firm-fixed price, Indefinite Delivery, Indefinite Quantity (IDIQ) contract agreement that shall consist of a basic ordering period of Base Year plus 4 Option Periods (60 months for a total of a five (5) year ordering period). Task Orders under each contract will be placed as needed. Specific performance dates, locations, and task areas will be specified on Task Orders. 2. BACKGROUND: The VA Salt Lake City Research service consists of 400 employees, ranging from administrative to lab personnel, professional scientists, and clinicians. Currently, the VA has several programs available for leadership training, to include Lean Sigma, and approximately 3,400 courses on its internal Talent Management Training System; however, it does not currently provide one-on-one leadership coaching. The Director of Research and its Chief have taken leadership coaching classes and want to offer the same beneficial development and direction to its staff to build their leadership team with the same skills they have learned for common understanding and development. 3. SCOPE: The contractor shall provide all training, coaching, and teaching of Research Service personnel. Task Orders will be placed as needed. Specific performance dates, locations, and task areas will be specified on Task Orders. Work shall be performed in accordance with the terms and conditions of the resulting contract, Statement of Work, and Scope of Work as required in any resulting individual Task Order issued. 4. OBJECTIVE: Provide coaching, leadership development and training sessions to Research Service personnel 5. REQUIREMENTS: a. Possess at least 5 years or more experience in organizational process improvement with previous history of providing coaching, leadership development guidance, strategy implementation. History of this performance must have been conducted with results proven methodologies. This will be shown by use of metrics of improved processes for organizations and institutions, actions compiled to receive those results (i. e.: case studies), or by demonstration of strategy development, strategy implementation, and the ability to provide guidance on strategy integration with effective results. b. Subject Matter Experts (SMEs) who are qualified and knowledgeable in training, coaching, and teaching in support of leader development, guidance, and education for the Research Service. 6. TASKS: a. Contractor shall provide coaching sessions via the internet using Zoom, Teams, or similar technology, or in-person if one-on-one or quarterly coaching services are necessary. i. Provide one-on-one professional work coaching calls for five personnel per month (1 hour or longer). For each POP (12 months), this will consist of one-on-one training for 5 different individuals. ii. Provide one group session of up to 20 people once per month. Group session shall last between 90-120 minutes. iii. Provide one full-day leadership session, quarterly. On-line or in-person coaching for sessions will be determined. b. Contractor must be able to provide in-person coaching services, if needed. i. COR must provide the contractor with 30 days written notice via email of the need for in-person coaching services. ii. The VA shall pay for all travel expenses (transportation, lodging, meals) iii. COR shall obtain pre-approval from Salt Lake City VAMC R&D Chief to pay for these additional costs via VA Purchase Card (outside of this contract vehicle). c. Contractor shall not have access to VA network (outside of normal Zoom/ Teams/similar connections). d. Contractor shall not request or have access VA sensitive information and will inform participants if it appears they are trying to share such information. 7. PERIOD OF PERFORMANCE: The resultant IDIQ contract will consist of a basic ordering period of 60 months for a total of a five (5) year ordering period (Base Year plus 4 Option Years). Single task orders cannot exceed 12 month period. 8. PLACE OF PERFORMANCE: TBD if in-person coaching services are necessary. The evaluation of quotes shall be the responsibility of the Government and shall be based on information provided by the Offeror. The Government is not responsible for locating or securing any information not provided in the quotation by the Offeror. To ensure that sufficient information is available, the Offeror must furnish, as a part of the quote, all descriptive material necessary for the purchasing activity to determine whether the services meet the salient characteristics of this requirement. Instructions to the Offeror Basis for award resulting from this RFQ will made to the Best Value Offer that provides a complete package pursuant to the preparation requirements set forth in 52.212-1. FAR 52.212-2 (Evaluation- Commercial Items) will be incorporated in full text into the RFQ and will be evaluated on the following factors. Evaluations will be in accordance with FAR 13 Simplified procedures. Evaluation Factors for Award Factor 1 - Technical Capabilities All offerors must meet or exceed all requirements and salient features as listed in the Statement of Need. Factor 2 - Past Performance - Past Performance will be based on the most current CPARS Report. Factor 3 - Price The following FAR provision and clauses apply to this solicitation and are incorporated by reference. The solicitation document, incorporated provision and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-89, Effective July 2, 2015. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at www.acquistion.gov. This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. FAR 52.212-1 Instructions to Offerors Commercial FAR 52.212-2 Evaluation- Commercial Items FAR 52.212-3 Offeror Representations and Certifications FAR 52.212-4 Contract Terms and Conditions FAR 52.212-5 Contract Terms and Conditions Required To Implement Statutes Or Executive Orders Commercial Item FAR 52.219-6 Notice of Total Small Business Set-Aside (Nov 2011) FAR 52.219-8 Utilization of Small Business Concerns (Oct 2014) FAR 52.233-3 Protest After Award (Aug 1996) FAR 52.211-6 Brand Name or Equal FAR 52.233-2 Service of Protest Quotes shall be submitted via email to millicent.covert@va.gov and Offerors must reference Solicitation 36C24E23Q0082 in the subject line of the email. Cut off for questions is Tuesday, February 14, 2022, NLT 4:00 PM EST. No telephone request for information will be considered. Incomplete packages will be considered nonresponsive. All offers must be received by the closing date Wednesday, February 22, 2022, NLT 11:59 AM EST.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/da9063df1ee241adbaa7ac2b6aa9e5a8/view)
 
Place of Performance
Address: VA Salt Lake Health Care System 500 Foothill Blvd, Salt Lake City 84148
Zip Code: 84148
 
Record
SN06588501-F 20230212/230210230108 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.