Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 03, 2005 FBO #1165
SOURCES SOUGHT

U -- PERFORMANCE ENHANCEMENT AND PROJECT TEAM READINESS SERVICES

Notice Date
2/1/2005
 
Notice Type
Sources Sought
 
NAICS
611430 — Professional and Management Development Training
 
Contracting Office
NASA/Langley Research Center, Mail Stop 144, Industry Assistance Office, Hampton, VA 23681-0001
 
ZIP Code
23681-0001
 
Solicitation Number
NNL05APPL
 
Response Due
2/16/2005
 
Archive Date
2/1/2006
 
Description
NASA Langley Research Center (LaRC) is hereby soliciting information for potential sources for Performance Enhancement and Project Team Readiness services, processes and activities in support of the Academy of Program and Project Leadership (APPL). The purpose of this requirement is to provide NASA project teams with technical, assessment, mentoring and coaching services, and training workshops to increase member and team readiness. As a result, NASA project teams can increase their performance capability and proactively diagnose and address technical, behavioral, or attitudinal challenges to ensure project success. Potential sources are sought capable of conducting Performance Enhancement and Project Team Readiness services in the following areas: 1. Assessment and Coaching: Conduct e-assessments of project team effectiveness / interfaces and provide related coaching using web-based systems. 2. Mentoring and Consulting: Includes coordinating a cadre of experienced or expert Project Management Mentors (PMM), practitioners (?EPs?), and subject matter experts (SME?s) available on short notice to provide just-in-time support to NASA. 3. Program Development and Consultation: Support the Academy of Program and Project Leadership to integrate current program / project activities and processes into a ?One-NASA? approach across the agency. The project integration processes shall be in accordance with NASA policy. 4. Project Workshops: Hold workshops to address and improve project teams. Typically, these workshops are based on information that is identified in effectiveness assessments or through dialogues with the team. 5. ?MOWG" (Management Operations Working Group) Support: Provide the Academy of Program and Project Leadership with guidance from the MOWG. (The MOWG is a group containing many of NASA's most respected Project Managers (PM?s).) 6. Center Program Managers/Representatives: Brief and coordinate with senior management; arrange for project assessments, consultation, workshops and knowledge tool loads; regularly visit each project to offer effective interventions and to keep Project Managers informed on the development of project team readiness. 7. Process Development: Benchmark and enhance project processes at NASA Centers; publish information on best or emerging practices; assist Centers in implementing new or improved processes. One of the main functions of this synopsis is to assist the Center in determining whether a Small Business Set-aside is an acceptable strategy for this procurement. If a full and open competition is ultimately pursued, responses to this synopsis will be used to aid in establishing small business subcontracting goals. All qualified firms are encouraged to respond. The NAICS Code for this procurement is 611430, and the size standard under this code is $6M (Not to Exceed). Furthermore, the Government is also considering whether to procure the required Performance Enhancement and Project Team Readiness services through the solicitation and award of Multiple-Award Blanket Purchase Agreements (BPAs) issued against GSA schedule contracts. Firms having the required specialized capabilities in part or in all of the above requirements should submit a capability statement of 5 pages or less documenting their ability and past experience in performing similar efforts as described above. It is requested that the following be included: name and address of firm; size of business (average annual revenue for past 3 years and number of employees); whether large, small, small disadvantaged, 8(a), HUBZone, veteran and/or woman-owned; number of years in business; affiliate information: parent company, joint venture partners, potential teaming partners, prime contractor (if potential sub) or subcontractors (if potential prime); GSA Contract # and pertaining SIN #s if applicable; an indication and explanation of whether or not your firm would pursue a GSA Schedule Contract Award if it is determined to procure the Academy of Program and Project Leadership requirement through Multiple-Award BPAs issued against GSA Schedule Contracts; list of relevant work performed in the past five years, including contract numbers, technical description, contract type, dollar value of each procurement, and point of contact address and phone number. Please indicate if you intend to submit an offer, and if so, as a prime or sub-contractor. All statements must be in font size 12 and are due by February 16, 2005. Technical questions should be directed to: Tony Maturo at 757-864-2950. Procurement related questions should be directed to: Michael Kaszyca at 757-864-2436. This synopsis is for information and planning purposes and is not to be construed as a commitment by the Government nor will the Government pay for information solicited. Respondents will not be notified of the results of the evaluation. Respondents deemed fully qualified will be considered in any resultant solicitation for the requirement. No solicitation exists; therefore, do not request a copy of the solicitation. If a solicitation is released it will be synopsized in FedBizOpps and on the NASA Acquisition Internet Service (NAIS). It is the potential offeror?s responsibility to monitor these sites for the release of any solicitation or synopsis. Please advise if the requirement is considered to be a commercial or commercial-type product. A commercial item is defined in FAR 2.101. The Government reserves the right to consider a small business or 8(a) set-aside based on responses hereto. All responses shall be submitted to NASA Langley Research Center, Attn: Michael Kaszyca, Mail Stop 126, Hampton, VA 23681 or by email Michael.Kaszyca-2@nasa.gov no later than February 16, 2005. Please reference NNL05APPL in any response. Any referenced notes may be viewed at the following URLs linked below.
 
Web Link
Click here for the latest information about this notice
(http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=23#114104)
 
Record
SN00743807-W 20050203/050201212430 (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.