Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 04, 2005 FBO #1347
SOLICITATION NOTICE

R -- Completion of SF 360-instrument

Notice Date
3/2/2005
 
Notice Type
Solicitation Notice
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, USASOC, ATTN:E-2929, Fort Bragg, NC, 28310
 
ZIP Code
28310
 
Solicitation Number
H92239-05-T-0020
 
Response Due
3/11/2005
 
Point of Contact
Karen Glass, Contracting Officer, Phone 910-432-6145, Fax 910-432-9345,
 
E-Mail Address
glasska@soc.mil
 
Small Business Set-Aside
Total Small Business
 
Description
17(i). This is a combined synopsis/solicitation in accordance with the format in FAR Subpart 12.6, and FAR 13 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. 17(ii). The solicitation number H92239-05-T-0020 is issued as a Request for Quotation (RFQ). 17(iii). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-26. 17(iv) This procurement is Set Aside for Small Business. All responses from responsible Small Business sources will be fully considered. The NAICS code for the acquisition is 541990 with a small business size standard of 6 million dollars. 17(v). This action is to complete a Special Forces Junior Leader 360-degree survey to provide the United States Army Special Operations Command (USASOC), Psychological Applications Directorate (PAD) selected psychological support and training services to Army Special Forces (SF) leadership development programs, in accordance with the Statement of Work. 17(vi) Statement of Work: 1. GENERAL. This statement of work (SOW) describes the requirement to complete a Special Forces Junior Leader 360-degree survey to provide the United States Army Special Operations Command (USASOC), Psychological Applications Directorate (PAD) selected psychological support and training services to Army Special Forces (SF) leadership development programs. The 360-degree survey will be completed and coordinated with the United States Army John F. Kennedy Special Warfare Center and School (USAJFKSWCS), and the U.S Army Special Forces Command. The Contractor shall complete pilot testing, modification, and preparation of a final operational version of the SF Junior Leader 360-degree survey, on-site informational briefings to commanders, feedback interviews with pilot testing instrument recipients, and initiation of full implementation of a final operational version of the SF Jr. Leader 360 survey throughout USASFC. 1.1. BACKGROUND. The Psychological Applications Directorate (PAD), United States Army Special Operations Command (USASOC), and the USAJFKSWCS are responsible for providing a broad range of psychological support and training services to active duty and national guard SF units. These services include leadership development programs for officers in command positions throughout SF. The SF 360-degree Leadership Development program (SF LEADER 360) is the primary psychological support and training service used for the development of SF leaders in operational units. A key feature of the Junior Leader 360-degree Survey is that it was created with input from SF soldiers for use only with SF soldiers and therefore is a unique 360-degree instrument. Initial work has been conducted to develop, validate, and prepare a pilot version of an SF Junior Leader 360-degree survey. This contract will define the role of the contractor in assisting the PAD and JFKSWCS in completing the development of a final operational version of the SF Jr. Leader 360-degree survey and all supportive documentation to be used in implementing the survey within SF units. To date, the following work efforts have been conducted towards the development of a pilot version of the SF Junior Leader 360-degree Survey: survey item development, scale development, instrument data reports development, and validation research. This contractor will finalize the SF Junior Leader 360-degree Survey piloting, modification, and preparation of a final operational version of the SF Junior Leader 360-degree Survey. Delivery of the final product will be accomplished by 1 October 2005. 1.3. PHYSICAL SECURITY. The Contractor shall be responsible for safeguarding all Government property and supplies provided for Contractor use. 1.4. QUALITY ASSURANCE. The Government and the Contractor shall have periodic Performance Evaluation Meetings to discuss quality control/assurance issues. 1.5. SECURITY CLEARANCE. The Contractor will not be required to handle classified material. 1.6. TRAVEL. The Contractor shall conduct SF Junior Leader 360-Degree Survey Development activities primarily onsite at the USASOC PAD; Ft. Bragg, NC. The Government will not reimburse travel expenses for any SF Junior Leader 360-degree Survey Development services that can be conducted at Fort Bragg, NC. The Government will reimburse travel expenses associated with SF Jr. Leader 360-degree survey piloting, modification, and preparation of the final operational version that require visits to ARSOF DoD posts, National Guard, and USAR CONUS and OCONUS units not located proximate to Ft. Bragg, NC. All travel will be reimbursed at rates not to exceed those contained in Joint Travel Regulations. The Contractor shall be responsible for making his/her own travel arrangements. All travel will be coordinated with and approved by the COR. 2. CONTRACT OBJECTIVE. SF Junior Leader 360-degree Survey Development: The Contractor shall assist the PAD and USAJFKSWCS by conducting the piloting and modification of SF Junior Leader 360 survey, preparation of survey utilization monographs, validation research documentation, and preparation of a final operational version of the SF Junior Leader 360-degree survey feedback instruments. The goal of SF Junior Leader 360-degree Survey Development is to generate reliable, valid, and efficiently manageable 360-degree surveys and feedback instrumentation unique to Special Forces for use in implementing the SF LEADER 360 Program. 3. REQUIREMENTS. 3.1. SF Junior Leader 360-degree Survey Development. The Contractor shall be responsible for the piloting and modification as well as the preparation of a final operational version of the SF Junior Leader 360-degree survey. The SF Junior Leader 360-degree survey is a multi-rater assessment instrument where targeted leaders rate themselves and are rated by superiors, peers and subordinates on knowledge, skills and attributes essential for success as an SF leader. SF Junior Leader 360-degree Survey Development involves several phases of work to include Pilot testing, and pilot version modification resulting in completion of an operational version of the instrument, preparation of a utilization monograph, preparing supportive validation research reports, and final operational feedback instrumentation development. The SF Junior Leader 360-degree survey, while primarily targeted to Captains during their team leader time, may also be targeted to Warrant Officers and Majors during their tenure as assistant team leaders and company commanders. Work may take place at all DoD posts and NG installations CONUS or OCONUS that serve as locations for SF units, including pilot testing of a final draft version of the SF Jr. Leader 360-degree survey with a representative sample population of active duty and National Guard SF units. 3.2. Survey Development Timelines. This represents a close-ended contract that will end on 1 October 2005. During the duration of this contract the following major tasks will be accomplished: Completion of an operational version of the SF Junior Leader 360-degree Survey focusing on Team Leaders and Company Commanders, to include survey pilot testing, and pilot version modification resulting in completion of an operational version of the instrument, preparation of a utilization monograph, complete supportive validation research reports, finalize all feedback instrumentation, and complete an operational version of the SF Junior Leader 360-degree survey. The Contractor will be required to provide sufficient developers and administrative support personnel to insure delivery of the final operational version of the SF Junior Leader 360-degree survey by 1 October 2005. 4. TASKS AND TECHNICAL REQUIREMENTS. 4.1. SF Junior Leader 360-degree Survey Development. The Contractor completes the development of an SF unique operational edition of an SF Junior Leader 360-degree survey for use in the SF LEADER 360 Implementation Program. Contractor responsibility for the completion of development of SF Junior Leader 360-degree survey involves the following subtasks: 4.1.1 SF Junior Leader 360-degree survey data reports development. Item and scale information derived from the 360 instrument results must be reflected effectively in reports that facilitate the feedback process, which is the key component to any 360-degree feedback program. The contractor is responsible for developing clear, coherent reports that make maximal use of instrument data for purposes of providing effective feedback to developing leaders. Report content and design is developed in conjunction with the consultation to the target group, subject matter experts in the area of developmental feedback, and other subject matter experts knowledgeable in the area of 360-instrument development and execution. The contractor is responsible for conducting meetings with critical individuals and panel groups to ensure that the end product is useful to both the target of the 360 instrument and to the professionals who will be tasked to use the reports in their respective developmental programs. 4.1.2. SF Junior Leader 360-degree survey pilot testing and pilot version modification and completion of initial operational version of the instrument. Once an initial pilot version of the 360 instrument is developed, pilot testing of the instrument on a subset of potential targets is necessary to allow for final revisions of items sets, scales, and reports prior to initiating the use of the instrument in regular practice. Pilot testing of a final draft version of the SF Jr. Leader 360-degree survey will include a representative sample population of active duty and National Guard SF units. The data obtained from the pilot testing provides the necessary data to improve and streamline item sets and instrument length pursuant to the development of a more efficient and effective instrument. Pilot testing is required for any instrument prior to any formal introduction of an instrument for routine use. 4.2. SF Junior Leader 360-degree Survey Modification. Based on an analysis of the information and data gathered during the piloting process, modifications will be made to the instrument and a final operational version of the SF Junior Leader 360-degree Survey will be prepared along with all supportive documentation necessary to implement the use of the instrument. The Contractor shall make modifications to The SF Junior Leader 360-degree survey to maintain currency and relevance to the tasks and requirements of leadership in the units the instrument serves. Changes in mission profiles and doctrine occur over time and must be reflected in the content of 360 instruments. An example is the midcourse revisions made on the SF Senior Leader 360 following the initiation of Operations Enduring Freedom and Iraqi Freedom. Critical task behaviors demonstrated by successful leaders in operations in Afghanistan and Iraq have required a re-evaluation of the item sets and general content that needed to be reflected in a relevant, current instrument for SF leaders. Consequently, substantial revisions of items and scales were made in the SF Senior Leader 360 instrument prior to pilot testing. All developmental instruments require periodic review and update to maintain relevance and efficacy. The contractor shall be required to re-evaluate the relevance of existing instrument versions periodically as directed by the Government to ensure that developmental instruments remain optimally effective. 4.3. SF Junior leader 360-degree Survey Documentation/Reports: The Contractor shall provide both verbal and written assessments of instrument efficacy and accuracy. Verbal assessments will be presented to the Psychological Applications Directorate, USASOC, appropriate leadership at the USAJFKSWCS, and any other command or development entity as directed by the Government representative. The contractor shall schedule and arrange of all necessary travel, schedule the coordination of panel membership and conduct of these and other subject matter panel meetings, keep all records from all panel meetings, manage the initial data related to item and scale development and management and analysis of pilot testing related data. The Contractor shall also be responsible for the design and development of reports and briefs to command elements and other government representatives and their respective offices. The Contractor will assist pilot testing participants in understanding their Feedback Report and gather data on participants’ perceptions of the pilot SF 360s. Modifications to the Feedback Report may be required based upon participant perceptions of it clarity and effectiveness. 4.4. The contractor will provide a technical manual that describes, at a minimum, the following: a. Instrument development process b. Descriptions of the scales and what meaning should be ascribed to the scales during feedback. c. The technical processes involved in administering the instrument, entering data from the instrument, scoring the instrument, and report preparation. d. Guidance (i.e. "do's and don'ts") on how to most effectively provide feedback to officers. e. Information from the data collection and pilot testing process regarding general concerns in Special Forces. For example, information or training would best prepare a leader for team, company, battalion and group command that could be presented during the MOS phase of the qualification course or in appropriate level pre-command courses. f. A briefing that could be modified for presentation to selection boards or command that summarizes "a", "b" and "e" above. 4.5. The contractor will provide a 1/2 to 1 day (depending on the needs of the psychologist customers) workshop on effective use of the SF 360 instruments. The training materials used by the contractor in the conduct of this workshop shall become the property of the government. 5. Minimum qualifications for the contract personnel: 5.1 Minimum qualifications for the instrument developers are: a. Master’s level degree in Industrial/organizational, clinical, or counseling psychology or equivalent training. b. Experience working with active duty military populations (prior active duty tour as a military psychologist strongly preferred; experience with Special Operation Forces especially preferred). c. Experience in the development of 360 instruments with a preference for individuals who have experience or training in the use and development of 360 instruments in the military. 5.2. Minimum qualifications for the contract administrative personnel are: a. Bachelor’s level degree in clinical psychology or counseling or equivalent training and experience. b. Experience working with active duty military populations (prior active duty tour as a military psychologist strongly preferred; experience with Special Operation Forces especially preferred). c. Experience in the development of reports and briefs for command with a preference for individuals who have experience or training in the use and development of 360 instruments in the military d. Experience or training in managing travel, travel orders, and travel reimbursement procedures 5.3. Desired qualities of all Contract personnel include: a. Capacity to network well with unit personnel. b. Good organizational and planning abilities. c. Skill and comfort in development and execution of command briefings. d. High level of personal initiative and capacity to work independently with minimum of supervision. 6. Working conditions: a. Pilot testing of the SF Junior Leader 360-degree survey will be conducted at Fort Bragg, NC, Camp MacKall, NC, Fort Campbell, TN, Fort Lewis, WA, Fort Carson, CO, the 19th SF Group (NG) Headquarters in Salt Lake City, UT (or at an appropriate subordinate unit location as determined by the Group Commander), and the 20th SF Group (NG) Headquarters in Birmingham, AL (or at an appropriate subordinate unit location as determined by the Group Commander), or other CONUS or OCONUS DoD SF Unit locations as required for completing the development of a final operational version of the SF Junior Leader 360-degree Survey as noted below: (1) Item and scale development panel creation and coaching may also be conducted at 1st Special Forces Group (SFG) in Okinawa, Japan contingent upon coordination with both 1st SFG command representatives and the USASOC PAD contracting officer's technical representative. (2) Item and scale development panel creation and coaching may also be conducted at 10th Special Forces Group (SFG) in Stuttgart, Germany, contingent upon coordination with both 10th SFG command representatives and the USASOC PAD contracting officer's technical representative. b. Feedback may be conducted in non-office settings such as barracks and at training sites with minimal amenities. c. Government will furnish all materials. d. The Government will provide office space and access to data management and processing equipment, phones, printers, copiers, and any other necessary equipment or supplies necessary for the work effort. 17(viii). FAR provisions and/or clauses referenced may be obtained from the following site: http://farsite.hill.af.mil, per 52.232-2, Clauses incorporated by Reference. Solicitation Provision at FAR 52.212-1, Instructions to Offerors-Commercial Items (January 2005) hereby incorporated by reference. 17(ix). Solicitation Provision FAR 52.212-2, Evaluation - Commercial Items (Jan 1999) is hereby incorporated, the evaluation factors are technical, past performance, and price. See Evaluation Section Information below. 17(x). Contractors are reminded to submit a completed copy of the provision at 52.212-3 Alt 1, Offeror Representations and Certifications-Commercial Items with their quote. 17(xi). Clause 52.212-4, Contract Terms and Conditions - Commercial Items (Oct 03) is hereby incorporated by reference. 17(xii). Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Dec 2005) DEVIATION is hereby incorporated by reference, as well as the following clauses, 52.222-0026, Equal Opportunity (E.O. 11246), 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans (38 U.S.C. 4212), 52.222-36, Affirmative Action for Handicapped Workers (29 U.S.C. 793), 52.222-37, Employment Reports on special Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212), 52.222-41, Service Contract Act of 1965, As amended (41 U.S.C. 351, et seq.), 52.222-42, Statement of Equivalent Rates for Federal Hires (29 U.S.C 206 and 41 U.S.C. 351, et seq). 17(xiii). Additionally, the following clauses are applicable to this solicitation, 52.232-33 Payment by Electronic Funds Transfer – Central Contractor Registration, 252.212-7001, Contract Terms and conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, 52.204-7, Central Contractor Registration. 52.219-6 Notice of Total Small Business Set-Aside and 52.232-7003 Electronic Submission of Payment Requests, 52.209-6 Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment, 52.222-21 Prohibition of Segregated Facilities, 5652.204-9002 Instructions for the Use of Electronic Contracts and 17(xiv). The Defense priorities and Allocations Systems (DPAS) assigned rating for this procurement is unrated. 17(xv). NA. 17(xvi). Signed and dated quotes referencing the RFQ number H92239-05-T-0020 and includes sufficient technical information as outlined in the Evaluation Section below, Past performance information, and pricing, must be submitted, no later than 5:00 p.m. 11 March 2005, to Karen Glass at FAX (910) 432-9345 or email to glasska@soc.mil. An acknowledgement will be sent from the Contracting Officer upon receipt, the contractor is responsible for ensuring their email/fax has been received. 17(xvii). Karen Glass is the point of contact regarding this solicitation, (910) 432-6145. Evaluation Section: 1. GENERAL. The Government will award the contract to the offeror whose offer represents the best value to the Government on the basis of (1) Technical (2) Past Performance and (3) PRICE, as explained below. 2. Technical. The Government will assess the technical capability of each offeror on the following areas. The Government will NOT assess capability on a pass/fail basis, but will use its assessments of capability as a basis for comparing offerors to determine best value. a. Approach to completion of the SF Junior Leader 360-degree survey, to include a proposed timeline for completion. b. Method for providing Quality Control over daily work performance and procedures for corrective action. c. Special Benefits. 3. Past Performance. Past performance is a measure of the degree to which an offeror satisfied its customers in the past and complied with Federal, state, and local laws and regulations. The Government will contact some of each offeror's customers to ask whether or not they believe: (1) that the offeror was capable, efficient, and effective; (2) that the offeror's performance conformed to the terms and conditions of its contract; (3) that the offeror was reasonable and cooperative during performance; and (4) that the offeror was committed to customer satisfaction. In evaluating past performance the Government will contact some of the references provided by the offeror and other sources of information, including, but not limited to: Federal, state and local government agencies, better business bureaus, published media, and electronic data bases. The Government will not evaluate an offeror's organizational past performance on the basis of the personal past performance of the offeror's key personnel. The Government may evaluate the organizational past performance of the offeror's proposed key subcontractors. 4. Price. The Government will evaluate the reasonableness of the price of each acceptable offer in relation to the offeror's relative capability. Price will be evaluated on the basis of price analysis if adequate competition is obtained. 5. Relative Importance of the Evaluation Factors. Nonprice evaluation factors, when combined, are significantly more important than price. The Government considers an offeror's Technical Capability to be more important than Past Performance or Price. The elements of Technical are in descending order of importance. However, the Government will not select an offeror for award on the basis of a superior capability without consideration of the amount of its price. The relative influence that capability and price will have on the source selection will depend on the marginal differences among the competing offerors. See Source Selection Decision, below. 6. Source Selection Decision. In order to select the winning offeror, the Government will rank the offerors from best to worst. If one offeror has both the better capability and the lower price, then that offeror will be the better value. If one offeror has the better capability and the higher price, then the source selection authority will decide whether the difference in capability is worth the difference in price. If the source selection authority considers the better capability to be worth the higher price, then the more capable, higher-priced offeror will be the better value. If not, then the less capable, lower-priced offeror will be the better value. The Source Selection Authority will continue to make paired comparisons until he or she has decided which offeror represents the best value. NOTE: THIS NOTICE MAY HAVE POSTED ON WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (02-MAR-2005). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 02-AUG-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/ODA/USSOCOM/FortBraggNC/H92239-05-T-0020/listing.html)
 
Record
SN00860957-F 20050804/050802213635 (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.