Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 21, 2003 FBO #0569
MODIFICATION

R -- Design Services for a Performance Measurement System for TSA ICMS

Notice Date
5/13/2003
 
Notice Type
Modification
 
Contracting Office
DHS - Border and Transportation Security, Transportation Security Administration, Headquarters TSA, 701 S. 12th Street 4th Floor, Arlington, VA, 22202
 
ZIP Code
22202
 
Solicitation Number
DTSA20-03-R-00941
 
Response Due
5/16/2003
 
Point of Contact
Michael Derrios, Contracting Officer, Phone 571.227.1573, Fax 571.227.2913,
 
E-Mail Address
mike.derrios@tsa.dot.gov
 
Description
**********THERE IS AN AMENDMENT TO THIS SYNOPSIS/SOLICITATION WHICH INCORPORATES TECHNICAL QUESTIONS AND ANSWERS. PLEASE CONTACT THE CONTRACTING OFFICER VIA EMAIL AT MIKE.DERRIOS@DHS.GOV OR MIKE.DERRIOS@TSA.DOT.GOV FOR A COPY OF AMENDMENT 0001.********** This is a combined synopsis/solicitation for commercial services 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; proposals are being requested and a written solicitation will not be issued. This solicitation, DTSA20-03-R-00941 is issued as a request for proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-13. This requirement is unrestricted and the associated NAICS code is 541611 and the applicable small business size standard is $6 million. This solicitation is for advisory/consultant services for the TSA Chief Support Systems Office/Model Workplace Program Office. The services shall include assistance in the evaluation of an Integrated Conflict Management System (ICMS). The period of performance will be from the date of contract award to May 1, 2004. The LINE ITEMS are as follows: 0001 - Management Consulting Services, QTY = 1 LOT. Proposal Instruction: The Contractor shall submit proposals in two (2) volumes: Vol. 1, Cost and Vol. II, Technical & Past Performance. The cost proposal shall not exceed three (3) pages. The technical proposal shall not exceed fifteen (15) pages to include all resumes & past-performance information. VOLUME I –The Contractor shall submit a cost proposal with fully-loaded labor rates. The Cost Proposal shall provide a breakdown of proposed hours for each labor category in sufficient detail to allow the Government a good understanding of the Contractor's planned technical approach and the ability to review the consistency between the planned technical approach and the proposed pricing. Specific pricing and labor mix and number of hours required for each labor category should be provided for the entire order period. The cost proposal should reflect the best approach to accomplishing all tasks in the Statement of Work and the overall order. VOLUME II - The technical proposal shall contain the following: A) Technical Approach - The contractor shall provide a clear description of how all of the tasks in the SOW will be accomplished, to include innovative ideas, processes, and procedures, and milestones to complete. B) Staffing and Resources - The company shall provide proposed management, staffing, and resources to complete the entire effort. Please furnish resumes of the proposed key personnel and other special qualifications relevant to the ability of these individuals to perform under the contract. Resumes should reflect only the similar and same work being solicited. Do not include an entire work history if the work did not include the skills necessary to perform the work required under the proposed order. C) Past-Performance - The Contractor shall provide three (3) references with a brief description of previous projects and similar size and complexity. "Similar size and complexity" for the purpose of the evaluation means: similar in dollar amount; number of client/customer employees serviced and numbers of employees supervised. The TSA may contact those references during the evaluation process to verify relevant experience and level of performance. You should also provide the dollar amount for the referenced projects, how long personnel have been employed on similar projects and what their previous positions, duties and responsibilities were. The Government may, at its discretion, obtain and evaluate information from sources other than those provided by the Contractor. Each example of past performance shall include: a) Contract Number b) Contract Description c) Contract Amount and Type of Contract d) Period of Performance e) Name, address, E-mail address (if available), and telephone number and FAX number of the customer (if a Government contract, please provide the name and telephone number of the Contracting Officer and the COR. If commercial, provide the technical and contracting equivalent). f) Size and complexity of the project. g) Whether all options were exercised, if applicable. For all past performance information, please ensure that the company names, names of points of contact, E-mail addresses, telephone and FAX numbers are current. The Government will not make repeated efforts to contact the references if the information is incorrect. You should also notify the references that their names have been submitted and that the TSA will be contacting them. For any subcontractor performing a critical element of the work, please furnish at least three references for similar projects. You should also provide a description of the work performed, the dollar amount and duration of the project, and the number of subcontractor employees working on the project. STATEMENT OF WORK - IDENTIFICATION AND ADDRESS: Model Workplace Program Office, TSA Chief Support Systems Office, 701 South 12th St, Arlington VA 22202. AGENCY MISSION: The Model Workplace Program mission is to help TSA build and continuously foster a diverse workplace culture based on mutual respect, fairness, open communication and cooperation and provide all TSA employees with the skills and processes that support these values. The Model Workplace Program will work to accomplish this by helping TSA build a culture dedicated to cooperative problem solving, where employees and managers have the skills and tools to effectively raise and resolve issues through informal and formal channels at the most appropriate level. By providing an environment in which everyone working for TSA can do their best, TSA will become an employer of first choice and provide the highest level of transportation security and customer service. PROJECT BACKGROUND & OBJECTIVES: This project is being launched to evaluate a state-of-the-art integrated conflict management system (ICMS), using a design team of external and internal subject matter experts and representation of field and headquarters units of the TSA community. The purpose of the system is to provide TSA employees with processes, tools, and skills that will allow them to prevent escalation of differences and cooperatively solve problems as close to the origin as possible. The objectives of the project are to design and implement several approaches to conflict management that will be piloted at approximately six pilot sites at the airport and at the headquarters level in various locations throughout TSA, and to evaluate the overall effectiveness of the pilots. The ultimate objective of the project is to develop a comprehensive, nationwide conflict management program tailored to the unique needs of the organization. TASK DESCRIPTION: The contractor will provide expert direction and planning for the design of a performance measurement system that will measure the effectiveness of the integrated conflict management system (ICMS). The system should include an approach to collection, analysis, and reporting of data to designated organizational levels. The contractor will work with the ICMS design team and will design and implement specific performance measures for each ICMS pilot site. The contractor will establish control groups or other measures designed to gauge the overall effectiveness of the entire program. STATEMENT OF WORK: Overall planning and start-up activities -The contractor will provide expert advice, assistance, and direction as part of the ICMS design team. The contractor will include in the performance measurement approach an assessment of the current state in reference to resolution of workplace issues, ways to assess the impact on return on investment (ROI), approaches for measuring what skills and knowledge are transferred to participants, as well as changes in the perceptions of participants and stakeholders and gaps between current and desired states. The contractor will cooperate and share all information with the design team members that would be pertinent to the design and implementation planning for the ICMS and will work collaboratively with other TSA units and supporting contractors/consultants. DELIVERABLES: Assessment report on current climate, resources and practices related to workplace issue resolution at selected pilot sites. Assessment report on the potential barriers to success. Attendance at key workshops and meetings of the ICMS Design Team. Development of a performance measurement approach that describes: Impact on ROI;Measure of training impact: what is learned and/or mastered by participants; Measure of perceptions of participants and stakeholders. Implementation of performance measurement system to include: Administration of surveys if necessary, Compilation of data, Analysis of data, Report of data with recommendations for improvements and adjustments (format developed with input from the ICMS design team), Interim progress reports to gauge whether any mid-course corrections are necessary. Monthly financial reports to address the management of allocated funds. Final report to include a summary of accomplishments during the term of the contract, details of any necessary transition activities, and follow-up activities recommended for continued advancement of the program. Reports should be submitted in hard copy with a cover page and electronically using MS Word. Any presentations made should be created in MSPowerpoint. PLACE OF PERFORMANCE: TSA Headquaters, 701 S. 12th Street, Arlington, VA 22022 and select pilot site locations. The Government will not provide workspace or supplies to the Contractor. Limited meeting areas will be accessible to the Contractor onsite at the TSA Headquarters. PERIOD OF PERFORMANCE: One (1) year effective from the date of contract award. TRAVEL REQUIREMENTS - As needed to support attendance at meetings, orientations, and training workshops. TRAVEL AND PER DIEM - All travel shall be pre-approved by the Contracting Officer’s Representative (COR). Travel performed in conjunction with performance of this contract shall be billed at cost in accordance with the GSA Joint Travel Regulations. Contractors are responsible for monitoring all costs and submitting receipts with invoices for reimbursement. SPECIAL CONSIDERATIONS: Successful contractor must meet all of the following mandatory criteria - Members of the firm must have demonstrated experience in the conflict management field, in the public or private sector, and significant demonstrated experience specifically in the design and implementation of evaluation systems for conflict management systems. Firm must have previous experience in conflict management system evaluation for a geographically dispersed organization of greater than 10,000 employees. Demonstrated results (qualitative and quantitative) in conflict management system evaluation. The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this solicitation and the specific evaluation criteria included in paragraph (a) of that provision is QUALIFICATIONS OF PROPOSED CONTRACTOR SUPPORT. Offerors are advised to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items, with response to the RFP. The subsequent purchase order for supplies shall include the clause at 52.212-4, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders - Commercial Items shall also be included in the purchase order. THESE PROVISIONS AND CLAUSES CAN BE VIEWED AT THE FOLLOWING WEBSITE: http://www.arnet.gov/far/. This effort shall result in a Firm-Fixed Price (FFP) purchase order for commercial services. TSA shall award a contract for these services on a best-value basis. For the purposes of this RFQ, the term “best value” means the expected outcome that, in the Government's estimation, provides the greatest overall benefit in response to the requirement. The following factors will be used to evaluate proposals: 1.) Technical Approach 2.) Staffing (Resumes for Key Personnel), 3.) Past-Performance and 4.) Price. OFFERS ARE DUE BY NO LATER THAN 1:00 PM ON MAY 16, 2003. CONTRACTORS SHOULD DELIVER THE QUOTATION, TO INCLUDE THE REPRESENTATIONS AND CERTIFICATIONS AS REQUIRED BY FAR 52.212-3 (SEE ABOVE) TO THE FOLLOWING ADDRESS: TRANSPORTATION SECURITY ADMINISTRATION, OFFICE OF ACQUISITIONS WEST TOWER (4TH FLOOR), ATTENTION: MIKE DERRIOS, 701 SOUTH 12TH STREET (WEST TOWER), ARLINGTON, VA 22202 or email responses at MIKE.DERRIOS@TSA.DOT.GOV. Please contact Michael Derrios at 571-227-1573 for any additional information regarding this synopsis/solicitation. All questions pertaining to the technical requirements or acquisition-related clarifications must be posed in writing to the Contracting Officer. Offerors may only submit questions until close of business (5:00 p.m. EST) on May 9, 2003. No questions will be answered after that date. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (13-MAY-2003). IT ACTUALLY FIRST APPEARED ON THE FEDBIZOPPS SYSTEM ON 19-JUN-2003. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DHS-BT/TSA/HQTSA/DTSA20-03-R-00941/listing.html)
 
Place of Performance
Address: Transportation Security Administration 701 South 12th Street Arlington, VA
Zip Code: 22202
Country: USA
 
Record
SN00352523-F 20030621/030620012829 (fbodaily.com)
 
Source
FedBizOpps.gov 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.