Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 11, 2005 FBO #1293
MODIFICATION

U -- Transformation Ethics and Leadership Training

Notice Date
6/9/2005
 
Notice Type
Modification
 
NAICS
611430 — Professional and Management Development Training
 
Contracting Office
Department of the Treasury, Internal Revenue Service (IRS), National Office Procurement (OS:A:P), 6009 Oxon Hill Road, Suite 500, Oxon Hill, MD, 20745
 
ZIP Code
20745
 
Solicitation Number
TIRNO-05-R-00014
 
Response Due
7/8/2005
 
Archive Date
7/23/2005
 
Point of Contact
Rhonda Stewart, Contract Specialist, Phone 202 283-1138, Fax -0610,
 
E-Mail Address
Rhonda.L.Stewart@irs.gov
 
Small Business Set-Aside
Total Small Business
 
Description
This is to clarify the previous conflict in performance dates. The first training session will be required in September 2005. Fax and emailed proposals will not be accepted, hardcopy only. All other terms and conditions remain unchanged. This is a combined synopsis /solicitation for commercial items prepared in accordance with the format in FAR subparts 12.6 and 13.5, as supplemented with additional information included in this Notice. The solicitation number is TIRNO-05-R-00014. This action is a 100% small business set-aside. This Notice constitutes the only solicitation; offers are being requested and a separate, written solicitation will not be issued. The NAICS Code is 611430; the small business size standard is $6,000,000. BACKGROUND: For the Internal Revenue Service (IRS), a successful leader demonstrates integrity, honesty, sound judgment, and the highest Ethics standards of public service. Therefore, the IRS selects and develops between 24 thru 40 senior managers, GS-14/15’s per year for the Executive Readiness (XR) program. The IRS requires contractor services to conduct residential Ethics and Transformational Leadership training. Secondary leadership competencies to be addressed are: political savvy, continual learning, partnering, problem solving, influencing and negotiating, and communication. The government intends to award a firm fixed price, indefinite delivery/indefinite quantity contract for these services. Task orders will be issued for class sessions as they are required. The first task order will be for 34 students and will require training to be presented in September 2005. Subsequent task orders will have a lead time of no less than 60 days. The guaranteed minimum amount for this contract is $65,000.00. The IRS Human Capital Office, Leadership and Education will be the users of this contract. CONTRACT LINE ITEM NUMBERS(Note: all prices are to be stated on a per person basis): BASE YEAR- CLIN 0001 - Conduct one residential 40 hour Ethics and Transformational Leadership course for 24-40 students. CLIN 0002 – Meals – Lunch (five days); and dinner (1 day- Sunday, at participant’s hotel); AM & PM Coffee Breaks (daily) for course participants. CLN 0003: Offerors will arrange for lodging for XR Participants at a hotel/campus setting that is at government per diem lodging rates or less. OPTION YEAR 1: CLIN 1001 - Conduct one residential 40 hour Ethics and Transformational Leadership course for 24-40 students. CLIN 1002 – Meals – Lunch (five days); and dinner (1 day- Sunday, at participant’s hotel); AM & PM Coffee Breaks (daily) for course participants. CLIN 1003: Offerors will arrange for lodging for XR Participants at a hotel/campus setting that is at government per diem lodging rates or less. OPTION YEAR 2: CLIN 2001 - Conduct one residential 40 hour Ethics and Transformational Leadership course for 24-40 students. CLIN 2002 – Meals – Lunch (five days); and dinner (1 day- Sunday, at participant’s hotel); AM & PM Coffee Breaks (daily) for course participants. CLIN 2003: Offerors will arrange for lodging for XR Participants at a hotel/campus setting that is at government per diem lodging rates or less. OPTION YEAR 3: CLIN 3001 - Conduct one residential 40 hour Ethics and Transformational Leadership course for 24-40 students. CLIN 3002 – Meals – Lunch (five days); and dinner (1 day- Sunday, at participant’s hotel); AM & PM Coffee Breaks (daily) for course participants. CLIN 3003: Offerors will arrange for lodging for XR Participants at a hotel/campus setting that is at government per diem lodging rates or less. OPTION YEAR 4: CLIN 4001 - Conduct one residential 40 hour Ethics and Transformational Leadership course for 24-40 students. CLIN 4002 – Meals – Lunch (five days); and dinner (1 day- Sunday, at participant’s hotel); AM & PM Coffee Breaks (daily) for course participants. CLN 4003: Offerors will arrange for lodging for XR Participants at a hotel/campus setting that is at government per diem lodging rates or less. STATEMENT OF WORK: The vendor shall design, conduct and evaluate a 40-hour residential transformational learning experience on the topics of Ethics and Transformational Leadership for Internal Revenue Service Senior Level managers who are in the Executive Readiness Program. Qualifications of Vendor Requirement: Academic credibility and knowledge of the field of transformational organizational leadership and the Ethics dimensions of leadership; familiarity with academic literature on the concept and practice of servant leadership; extensive experience and research of a real-life ethics case study occurring within the federal government; familiarity with IRS Leadership Competencies, guiding principles, mission and vision as it relates to Leading with Integrity. Learning Outcomes: Course will help participants develop: Heightened sensitivity to the Ethics dimensions of issues; an ability to recognize the competing obligations, commitments and values that guide public and corporate officials; an ability to distinguish between personal values and public morality; an awareness of the personal challenges in exercising Ethics leadership techniques; and provide the skills needed to exercise Ethics leadership techniques; applicability of servant-leadership model; the ability to analyze Ethics tradeoffs in decision-making. Primary Leadership Competency to be Covered: Integrity and Honesty Instills mutual trust, respect and confidence; creates an environment that fosters high standards of ethics and insists on total integrity; behaves in a fair and Ethical manner towards others; and demonstrates a sense of organizational responsibility and commitment to public service. Secondary leadership competencies to be addressed are: political savvy, continual learning, communication, partnering, problem solving and influencing and negotiating. METHODOLOGY: In designing, conducting and evaluating the program, the vendor will use a variety of facilitators who are respected authorities in the fields of ethics and leadership training. Focus should be on interactive techniques, such as group exercises, class discussions, case studies, field trips and application of theory, creating a transformational and experiential learning experience. IRS case studies on Ethics issues provided by the participants will be a focus of discussion. Course Evaluation: Participants will complete evaluations of course materials and facilitators upon completion of program. Feedback will be provided to the vendor, which may necessitate changes to curriculum. Offerors will design a course evaluation which includes evaluation of course materials, facilitators/presenters and job applicability. In addition, the IRS Program Manager will be in attendance and provide daily feedback. Feedback generated from the course evaluations will be provided to the Contractor at the end of the course, along with any requests for consideration of changes. Any changes made by the Contractor to the course materials shall be submitted in draft form to the COTR. INSTRUCTIONS TO OFFERORS: Offers (original and three copies) shall be received by the IRS, to the attention of Rhonda Stewart, 6009 Oxon Hill Road, Room 500, Oxon Hill, MD 20745 by 1:00 p.m., EST on July 8, 2005. This requirement will be processed under the FAR 13.5, test Program for Certain Commercial Items, simplified acquisition procedures. When acquiring commercial items using the procedures in FAR 13.5, the requirements of FAR Part 12 apply, subject to the order of precedence provided at FAR 12.102(c). Deliverables to include: Live instruction of classes; Materials/Handouts/Assessments; Coffee breaks (AM &PM) and Lunch (Working Lunch); Facility and Equipment. Offers shall address: (1) Course Outline and Site Location - Offerors shall provide a course outline, for a 40-hour residential training course , that demonstrates their ability to meet the leadership competencies and other specific requirements set forth in the Statement of Work section of this combined synopsis/solicitation. Offerors shall indicate the proposed campus or hotel site where training, lodging, and meals are to be held. (2) Key Personnel - Offerors shall provide the names and curriculum vitae of proposed instructors and list the areas in which each instructor will teach, the credentials of the instructors, their recognition within the industry, and their background teaching the particular material. (3) Experience and Past Performance - Previous experience with executive leadership course development and delivery in a residential setting. Offerors shall provide a brief description on previous projects of same or similar nature and include the names and numbers of three references that the Government may contact. Please ensure that the customer’s name, points of contact and telephone numbers and email addresses are current. The Government will not make repeated efforts to contact the references if the information is incorrect or the person does not return the call. If the offeror has provided the IRS with this training within the past two years, the IRS may use the course evaluations provided by students as additional data to evaluate past performance. (4) Price - The offer shall contain the proposed firm fixed price for each CLIN as follows: 1) price per student to conduct each class and 2) price per person for lunch (5 days), AM & PM Coffee Breaks for (5 days); 1 dinner (Sunday) and lodging. EVALUATION CRITERIA: Offers will be evaluated in accordance with FAR 13.106-2, Evaluation of Quotations or Offers. The following factors will be used to evaluate offers: Technical Factors (Past Performance, Experience, Approach to training, Accommodations- ability to meet time frames; first session in September 2005) and Price. *Technical factors & past performance combined are more important than price. CONTRACT CLAUSES: This solicitation and the clauses and provisions cited are in effect through Federal Acquisition Circular 2005-03, Dated April 11, 2005. The following FAR clauses apply to this solicitation: 52-212-1, INSTRUCTIONS TO OFFERORS--COMMERCIAL ITEMS (01/2005); 52.212-4, CONTRACT TERMS AND CONDITIONS--COMMERCIAL ITEMS (10/2003). Addendum to FAR 52.212-4: 52.216-18. The following clause is incorporated by reference: FAR 52.212-5, CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (04/2005). The following clauses under 52.212-5 also apply: 52.203-6 RESTRICTIONS ON SUBCONTRACTOR SALES TO THE GOVERNMENT, WITH ALTERNATE I (7/1995); 52.219-4 NOTICE OF PRICE EVALUATION PREFERENCE FOR HUBZONE SMALL BUSINESS CONCERNS (10/2004);52.219-6 NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE (6/2003); 52.222-21, PROHIBITION OF SEGREGATED FACILIITIES (02/1999); 52.222-26, EQUAL OPPORTUNITY (04/2002); 52.222-35, AFFIRMATIVE ACTION FOR DISABLED VETERANS AND VETERANS OF THE VIETNAM ERA (12/2001); 52.222-36, AFFIRMATIVE ACTION FOR WORKERS WITH DISABILITIES (06/1998); 52.222-37, EMPLOYMENT REPORTS ON DISABLED VETERANS AND VETERANS OF THE VIETNAM ERA (12/2001); 52.232-33, PAYMENT BY ELECTRONIC FUNDS TRANSFER--CENTRAL CONTRACTOR REGISTRATION (10/2003). 52.232-35 DESIGNATION OF OFFICE FOR GOVERNMENT RECEIPT OF ELECTRONIC FUNDS TRANSFER INFORMATION (05/1999); ELECTRONIC FUNDS TRANSFER PAYMENTS; and PAID SYSTEM;52.216-18 ORDERING (OCT 95), insert (a) “from date of award through contract expiration”; 52.216-19 ORDER LIMITATIONS (OCT 95), insert (a) “$50,000”, (b)(1) “$150,000”,(b)(3)”15 days”; 52.216-22 INDEFINITE QUANTITY (OCT 95) insert (d) “120 days after contract expiration”. . The following shall be completed by each offeror and returned as part of their offer: 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL ITEMS (3/2005). NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (09-JUN-2005); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/TREAS/IRS/NOPAP/TIRNO-05-R-00014/listing.html)
 
Record
SN00826380-F 20050611/050609214122 (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.