Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 16, 2005 FBO #1147
SOLICITATION NOTICE

U -- Leadership Development Training and Related Services

Notice Date
11/19/2004
 
Notice Type
Solicitation Notice
 
NAICS
611430 — Professional and Management Development Training
 
Contracting Office
Defense Information Systems Agency, Procurement and Logistics, DITCO-NCR, P.O. 4502, Arlington, VA, 22204-4502
 
ZIP Code
22204-4502
 
Solicitation Number
Reference-Number-HC1047-PL-1-4015
 
Response Due
12/6/2004
 
Archive Date
1/31/2005
 
Point of Contact
Tiffany Stuck, Contract Specialist , Phone 703-681-0752, - Susanne Gannon, Contract Officer, Phone (703)681-0298, Fax (703)681-0347,
 
E-Mail Address
stuckt@ncr.disa.mil, gannons@ncr.disa.mil
 
Small Business Set-Aside
Total Small Business
 
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; quotations are being requested and a written solicitation will not be issued. This solicitation is a request for quotation (RFQ), reference number HC1047-PL-1-4014. The RFQ document and incorporated provisions and clauses are those in effect through FAC 2001-22. This RFQ is issued as a total small business set-aside. In addition, quotes based on existing GSA related contracts are acceptable, on which the GSA schedule/contract number and expiration date shall appear on the quote. NAICS code 611430 applies, size standard not to exceed $6,000,000.00. The Defense Information Systems Agency intends to award a firm-fixed price, indefinite delivery, indefinite quantity (IDIQ) contract based on the following requirements for Leadership Training and Related Services. DESCRIPTION OF REQUIREMENT: 1. BACKGROUND: This statement of work describes the classes and training services necessary for the execution of the DISA worldwide Training and Development Program. This SOW is necessitated by a change in specification and requirements. The Leadership Development Program contributes to a well-trained workforce that is professionally, functionally and technically sound in skills. This training program is established to achieve the necessary learning and practical application. In the Base Year, it is estimated that three (3) courses may be needed. In the four (4) option years, it is estimated that three (3) courses may be needed in each year. The number may fluctuate from year to year depending on the need of students receiving the training. Training schedules are planned on a year to year basis and the contractor will be notified at least thirty (30) days prior to the beginning of each fiscal year as to the number and locations where the training will be held. Classes may be held, for example, in the following locations: DISA HQ DENVER, CO DISA EUROPE OKLAHOMA CITY, OK DISA PAC, HI SLIDELL, LA ST. LOUIS, MO FT. HUACHUCA, AZ 1.1 Travel: The contractor shall conduct all travel in accordance with FAR 31.205-46, Federal Travel regulations and Joint Travel Regulations. Contractors travel expenses will not exceed the negotiated price contained within this SOW. In the event the allowable per diem limits for an area must be exceeded (i.e. lodging), the contractor must receive approval from the COR prior to travel. Pay for travel expenses exclude travel to and from the National Capital Region. 2. OBJECTIVE: The contractor is to provide comprehensive training and developmental opportunities and related services to DISA personnel worldwide during this performance effort. 3. DESCRIPTION OF SERVICES 3.1 These courses support DISA personnel worldwide. The contractor shall instruct the various courses to facilitate an effective learning environment using the appropriate adult teaching methods (lectures and hands-on exercises, etc.) and therefore, shall be proficient in the written and oral use of the English language. The contractor will be expected to design, deliver and instruct Aspiring Leaders, Leadership Development I and Leadership Development II. 3.1.1 ASPIRING LEADERS Audience: Aimed at individuals who aspire to a leadership role and is designed to help you understand what a leadership career at DISA entails. Open to all DISA employees and is mandatory for all Interns Description: Preferably a 2-day course which represent one component of the DISA Leadership Development Program. Course designed to help employees assess and develop leadership potential. Desired Objectives: **The New Context of Leadership; Address the importance of demonstrating leadership behavior at all levels of the Agency and the need for, and benefits of taking charge of your own career and development. **Exploring the Leadership Role: Covers the roles and responsibilities of leadership at DISA. **Reaching Your Destination: Allows you to assess how your skills and image “stack-up “ in terms of what is required for success in leadership. Students will identify ways to demonstrate current leadership skills, as well develop leadership competencies in current positions. 3.1.2 LEADERSHIP DEVELOPMENT I (LD I) Audience: Mandatory training for first-line supervisors and team leaders who directly manage day-to-day technical activities of non-supervisory employees. Description: Preferably 4-day course should represent the core component of the Leadership Development Program. Course must cover; Leadership In a Changing DISA; Managing People Through Change; Coaching For Performance; Involving Teams in Problem Solving and Developing Yourself as a Leader. Desired Objectives: Focusing on the leadership requirements for first-level leaders in the changing DISA environment. Emphasizing the process people go through when dealing with change and the key communication and interpersonal skills and behaviors needed to manage others effectively. Coaching for Performance emphasizes the just- in- time coaching strategies needed to motivate performance in a changing environment. Dealing with the skills needed to involve work groups and teams in the continuous problem-solving environment and understanding DISA’s leadership development program tools to enhance skills in future leaders. Participants are expected to grasp fundamentals of coaching, team development, problem solving/decision making, interpersonal skills, oral communications, influencing/negotiating and flexibility. 3.1.3 LEADERSHIP DEVELOPMENT II (LD II) Audience: Required training for all mid-level and above leaders; all GS-15s and managers of major programs. MILITARY: 0-3s, 0-4s, E-7s & E-8s Description: Preferably a 3-day course representing another core component of the Leadership Development Program covering; DISA: The Next Generation; Customer Focus; Building Alliances and Networks and Managing People in a Changing DISA Desired Objectives: Focusing on envisioning DISA’s culture for now and the twenty-first century and the leadership challenges and opportunities for mid level leaders in this high-velocity culture and change environment. Emphasizing the skills needed to meet the strategic goal of being customer-driven in all aspects of DISA’s mission. Building Alliances and Networks emphasizes the skills needed to build alliances and networks both inside and outside the agency to meet customer requirements. Focuses on how mid-level leaders can align their work units with the larger DISA culture of change. Participants should be familiar with change management, team development, customer focus, interpersonal skills, system thinking, oral communications, planning/implementing and evaluating, influencing/negotiating, flexibility and vision. 3.2 Contractors will provide all training materials used in the course, including instructor lesson plans, student handouts, references, charts, manuals, audiovisual aids and training equipment. Contractor may prepare materials or use their already existing course materials, modified as necessary to conduct the training in accordance with the SOW. Materials produced or used by the contractor, with the exceptions of handouts provided for student retention, remain the property of the contractor and do not become property of the government. 3.3 DISA contract courses may or may not be customized and will be designated by one of the following levels: 3.3.1 Level I – Standard course with no customization 3.3.2 Level II – DISA subject matter expert will participate in course delivery to answer questions about DISA applications of subject matter, but course materials will not be customized. 3.4 Travel: The Contractor shall conduct all travel in accordance with Federal Acquisition Regulations, Federal Travel Regulation and Joint Travel Regulations. Contractors travel expenses shall not exceed: Base Year, $25,000; First Option Year, $30,000; Second Option Year, $33,000; Third Option Year, $46, 850 and the Fourth Option Year, $40,500. 4. TASKS/RESPONSIBILITIES 4.1 All contractor instructors and instructor supervisors shall abide by government prescribed standards for personal integrity, grooming, conduct, speech, and student fraternization. The moral and motivation of student and instructional personnel must be maintained at a high level to ensure a favorable learning environment. 4.2 All work performed under this SOW is UNCLASSIFIED. All personnel employed by the contractor entering the government furnished facilities shall conform to all safety, security, work conditions, regulations and procedures that may be in effect during the contract period and shall be subject to such checks as may be deemed necessary to assure that no violations occur. No employee will be permitted on the government-furnished facilities when such checks reveals that the employee’s presence would be detrimental to the security of the facilities or accomplishment of work. 4.3 Safety: The contractor shall conform/comply with all referenced safety instructions. Any safety related problems shall be addressed immediately to the COR. 4.4. Contract Work Hours: Classes typically begin at 0800 and end at 1600 on each day with a ten minute break every hour and an hour for lunch. Occasional non-standard training days may be required by emergencies, weather or base operational commitments, therefore, in these cases as much prior notification as possible will be provided to the contractor. In addition, the occurrence of any variations in the typical training day shall be noted and the COR informed immediately. The course is designed for whole days and shall not vary substantially from this format, e.g., ending after a half-day on the last day, two –hour lunches or ending class two hours early on days in the middle of the week. Likewise, extending past the normal ending time can only be done with the student’s concurrence since many students have unique commuting arrangements. 4.5 There is no predetermined list of training equipment, handouts, audiovisual aids, and references to be used in the courses. However, the use of computer-generated graphics (e.g. Power Point) to supplement lecture is required. The selection of these materials is at the discretion of the contractor with concurrence of the TR. It is required however, that the course will use training equipment, handouts and other audiovisual aids, e.g., videotapes. 4.6. The contractor in coordination with DISA Program Manager shall prepare a Training Delivery Schedule. The training delivery schedule is a list of the training that has been scheduled by each DISA HQs and Field Organizations. 4.7 Attendance Policy: Any student missing more than 20% of a class will fail the course and not receive a graduation certificate. The contractor should contact the COR immediately to discuss the student’s situation. The government retains the right to make the final decision on whether or not a student will be allowed to stay for the remainder of the course. 4.8 Student/Instructor ratios must be such that there is an adequate number of instructors at all times to ensure effective coverage of the entire course and the safety and supervision of the student. The HQs and Field Organizations will provide students for requested training. Prior to training, the DISA Program Manager indicates the number of students expected in a class. The actual attendance figures are verified through sign class roster of students at the training. The maximum class size is twenty-five (25). The minimum class size is fifteen (15). 4.9 Contractor/Instructor will prepare a personalized Lesson Topic Guide (manual) for each subject matter area assigned and recommend any changes to the curriculum, if necessary, to the COR/Course Program Manager. 4.10 Contractor/Instructor will maintain a high standard of professional qualifications in instructional and technical areas. They must maintain qualifications in instructional technique, training aids, training equipment, and instructional materials required to teach assigned topics. 4.11 Contractor/Instructor will prepare the classroom for instruction (e.g., ensure course materials re bought into the classroom, arrange tables and chairs, layout course materials for each student) and ensure classroom is left in an orderly fashion at the end of each day. Perform operational checks on assigned training equipment, devices and aids to insure operability. 5. CONTRACTOR QUALIFICATIONS; The contractor shall be responsible for providing technically and academically qualified personnel to perform the instructor services outlined. The following are the minimum qualification necessary to be evaluated technically acceptable to perform the duties of the SOW. 5.1 Education – Instructors must have a four (4) year baccalaureate degree. 5.2 Experience 5.2.1 Instructors must have a minimum of five (5) years experience in the Leadership Development field and, 5.2.2 Experience in developing and/or implementing Leadership Development Courses for the Department of Defense (DOD), and 5.2.3 Instructors must have a minimum of three (3) years of instructional experience (One years experience equates to a minimum of 160 hours of classroom training time per 12-month period) with at least one year of aforementioned experience in teaching DOD personnel. 5.3. Resumes: Contractor must submit resumes for one (1) primary instructor and two (2) alternate instructors. No more than three resumes will be submitted. The COR will have the right to obtain from the contractor, substantiation of information contained in any resume. 5.4 New Instructors: The contractor agrees that during the first 120 days of the contract performance no personnel substitution for the primary instructor will be permitted unless that individual’s sudden illness, death or termination of employment necessitates such substitution. Once an instructor has become “established” teaching these courses, if any “new” instructor must be brought in, a transition period must be provided whereby the new instructor must teach one or more convening’s with a previously established instructor. Any travel expenses incurred by the “new “ instructor in training shall be the responsibility of the contractor. 6. GOVERNMENT RIGHTS AND RESPONSIBILITIES 6.1 The government will provide classroom space, however, the contractor may be tasked to provide training space and location. For classroom space provided by the government, standard audiovisual equipment (overhead projector, screen, VCR, projection systems for computer generated graphics) will be available. These systems will be the responsibility of the contractor when the contractor obtains space. 6.2 The government reserves the right to cancel a class with fewer than fifteen (15) students at no cost/penalty to the government. The contractor will be notified at least ten(10) working days prior to cancellation and agrees that courses cancelled with less than ten (10) working days notice will obligate DISA to pay a negotiated price. Additionally, the government also reserves the right to exceed the class size on a case-by-case limited basis at no extra cost to the government if agreed to in advance by the COR and the contractor. 6.3 Government furnished equipment/materials previous developed or owned by the government, or licensed to the government, shall be provided to the selected contractor. 6.4 DISA may also utilize this Agreement to provide training related services such as organizational development and conference management. These services will be negotiated based on the scope of work requirements at the time of the request or contact. 7. QUALITY CONTROL: The contractor shall conduct training as specified in this SOW. Upon award of the contract, the contractor is responsible for establishing, maintaining and monitoring the quality control of the services provided hereunder via a detailed quality control plan (QCP), clearly stating his/her procedures for ensuring quality. As part of the above plan, the contractor shall establish and maintain an instructor evaluation system. Records of all instructor evaluations for contract employees shall be kept current, complete and available to the Contracting officer or COR upon request during the performance of this contract. 7.1 The government reserves the right for the COR or his/her designated representatives to evaluate contractor performances, including both technical content and instructional techniques, at any time. Observations of the evaluator will be passed to the contractor via the COR. 7.2 In the event an instructor is unable to teach a class due to illness, injury or death, the contractor must have a replacement instructor in place to replace that instructor within twenty-four (24) hours at their own expense. The contractor must also address the manner in which this instructor will be replaced. INSTRUCTIONS: Submit only the requested materials. Submit only three (3) resumes, one (1) primary instructor and two (2) alternates, illustrating the minimum education and experience requirements as listed in section 5. Offerors must bid on all three courses . Offerors must submit pricing for the base year plus four (4) option years. Please provide one price for each of the following line items: CLIN0001 Base Year Total CLIN0001A: Aspiring Leaders (one iteration, class size ranging from 15 to 25 people.) CLIN0001B: Leadership Development I (one iteration, class size ranging from 15 to 25 people.) CLIN0001C: Leadership Development II (one iteration class size ranging from 15 to 25 people). CLIN0001D: Travel, base year (submit travel costs as listed in paragraph 3.6) CLIN0002: Option Year One Total CLIN0002A: Aspiring Leaders (one iteration, class size ranging from 15 to 25 people.) CLIN0002B: Leadership Development I (one iteration, class size ranging from 15 to 25 people.) CLIN0002C: Leadership Development II (one iteration class size ranging from 15 to 25 people). CLIN0002D: Travel, Option Year One (submit travel costs as listed in paragraph 3.6) CLIN0003: Option Year Two Total CLIN0003A: Aspiring Leaders (one iteration, class size ranging from 15 to 25 people.) CLIN0003B: Leadership Development I (one iteration, class size ranging from 15 to 25 people.) CLIN0003C: Leadership Development II (one iteration class size ranging from 15 to 25 people). CLIN0003D: Travel, Option Year Two (submit travel costs as listed in paragraph 3.6) CLIN0004: Option Year Three Total CLIN0004A: Aspiring Leaders (one iteration, class size ranging from 15 to 25 people.) CLIN0004B: Leadership Development I (one iteration, class size ranging from 15 to 25 people.) CLIN0004C: Leadership Development II (one iteration class size ranging from 15 to 25 people). CLIN0004D: Travel, Option Year Three (submit travel costs as listed in paragraph 3.6) CLIN0005: Option Year Four Total CLIN0005A: Aspiring Leaders (one iteration, class size ranging from 15 to 25 people.) CLIN0005B: Leadership Development I (one iteration, class size ranging from 15 to 25 people.) CLIN0005C: Leadership Development II (one iteration class size ranging from 15 to 25 people). CLIN0005D: Travel, Option Year Four (submit travel costs as listed in paragraph 3.6) CLIN0006: Option Year Five Total CLIN0006A: Aspiring Leaders (one iteration, class size ranging from 15 to 25 people.) CLIN0006B: Leadership Development I (one iteration, class size ranging from 15 to 25 people.) CLIN0006C: Leadership Development II (one iteration class size ranging from 15 to 25 people). CLIN0006D: Travel, Option Year Five (submit travel costs as listed in paragraph 3.6) AWARD BASIS: The basis for award will be technically acceptable (based on education and experience requirements), low-cost. DELIVERY: Contract performance may commence within five working days after date of award, and continue through 365 calendar days from award of the contract.. The following clauses are applicable: FAR 52.212-1 applies to this acquisition. FAR 52.212-2 shall not apply to this acquisition. Quotes shall include a completed copy of the provisions at FAR 52.212-3. FAR 52.212-4 applies to this acquisition. FAR 52.212-5 applies to this acquisition -- 52.212-5, Alternate I. The following FAR clauses apply to this acquisition: 52.203-6 Alternate I, 52.204-6, 52.216-24, 52.216-25, 52.219-6, 52.222-3, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-41, 52.225-1, 52.225-13, 52.232-33, DPAS: Not Applicable. CDB Numbered Notes: Not Applicable. OFFERS ARE TO BE POSTED ELECTRONICALLY ON THE DITCO-SCOTT WEBSITE AT https://www.ditco.disa.mil/dcop NO LATER THAN 12:00 pm EST on 6 DECEMBER 2004. All contractors are required to be registered in the Central Contractor Registry (CCR). If you seek further information please contact Tiffany Stuck, Contract Specialist, at 703-681-0752, Tiffany.Stuck@disa.mil, or Susanne Gannon, Contracting Officer, at 703-681-0298, Susanne.Gannon@disa.mil. NOTE: THIS NOTICE MAY HAVE POSTED ON WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (19-NOV-2004). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 14-JAN-2005, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DISA/D4AD/DTN/Reference-Number-HC1047-PL-1-4015/listing.html)
 
Place of Performance
Address: 701 South Courthouse Rd Arlington, Va.
Zip Code: 22204
 
Record
SN00735671-F 20050116/050114214309 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.