Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 04, 2005 FBO #1378
SOLICITATION NOTICE

R -- Myers-Briggs Type Indicator (MBTI) Workshop

Notice Date
9/2/2005
 
Notice Type
Solicitation Notice
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
Defense Contract Management Agency, Defense Contract Management Agency, DCMA Procurement Center (DCMAC-W), ATTN DCMAC-W 6350 Walker Lane Suite 300, Alexandria, VA, 22310-3241
 
ZIP Code
22310-3241
 
Solicitation Number
YPHRB5PRHQT428
 
Response Due
9/13/2005
 
Archive Date
9/14/2005
 
Point of Contact
Thatsanee Knight, Contract Specialist, Phone 703-428-1138, Fax 703-428-1360, - Lawrence Reed, Contract Specialist, Phone 703-428-0996, Fax 703-428-1360,
 
E-Mail Address
thatsanee.knight@dcma.mil, lawrence.reed@dcma.mil
 
Description
(i)This is a combined synopsis/solicitation for commercial items 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 written solicitation will not be issued. (ii) YPHRB5PRHQT428 is a combined synopsis/solicitation for commercial items. This combined synopsis/solicitation is issued as a request for quote (RFQ). Submit electronic offer document type: Combined Synopsis/Solicitation Solicitation Number: YPHRB5PRHQT428 Posted Date: 2 September 2005 Original Response Date: September 13, 2005 Current Response Date: September 13, 2005 Original Archive Date: September 14, 2005 Current Archive Date: September 14, 2005 Classification Code: R Professional, Administrative, and Management Support Services Naics Code: 541611 Administrative Management & General Management Consulting Services All US firms or individuals responding must be registered with the Central Contractor Registration (CCR). (iii) This combined synopsis/solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-14 and Defense Acquisition Circular 91-13. It is the contractors responsibility to be familiar with applicable clauses and provisions. Clauses and provisions can be found at: http://farsite.hill.af.mil/vffar1.htm (iv) This procurement is being issued for Brand Name Specific. North American Industrial Classification Standard: 541611. (v) CLIN 0001, 1 LT, Myers-Briggs Testing and Assessment Workshop, Myers-Briggs Type Indicator (MBTI) must be used to introduce personality type (see below SOW). The price shall include the break-down cost of services, perdiem, airfare, lodging and meals. (vi) FOB: Destination for delivery to: DCMA-Human Resources Directorate, 6350 Walker Lane, Suite 300, Alexandria, VA 22310. Unless otherwise specified in the contract or purchase order, the supplier is responsible for the performance of all inspection requirements and Quality Control (QC). (vii) The provision at FAR 52.212-1 Instructions to Offerors?Commercial Items, applies to this acquisition. (viii) The Government intends to award this requirement on brand name basis to resulting from this combined synopsis/solicitation to the responsible offeror whose offer conforming to the synopsis/solicitation will be most advantageous to the Government, price and other factors considered. Award shall be based on low price basis. (ix) Offerors must include a completed copy of the provision at FAR 52.212-3 Offeror Representations and Certifications ? Commercial Items, with quote (x) The clause at FAR 52.212-4 Contract Terms and Conditions-Commercial Items, applies to this acquisition. (xi) The clause at FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition. Specifically the following clauses cited are applicable to this solicitation: FAR 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration. (xii) The following provisions and clauses apply to this acquisition: FAR 52.203 Gratuities; FAR 52.222-22 Previous Contracts and Compliance Reports; FAR 52.233-3 Protest After Award; FAR 52.247-34 ? F.O.B. Destination; FAR 52.252-2 Clauses Incorporated by Reference; FAR 52.253-1 Computer Generated Forms. The clause at DFARS 252.204-7004 Required Central Contractor Registration; DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statues or Executive Orders applicable to Defense Acquisition of Commercial Items, applies to this acquisition. Specifically, the following clauses cited are applicable to this solicitation; DFARS 252.232-7003 Electronic Submission of Payment Requests; applies to this acquisition. (xiii) All quotes must be emailed to Ms. Thatsanee Knight at thatsanee.knight@dcma.mil Quotes are required to be received no later than 16:00 EST (Eastern Standard Time), Tuesday, 13 September 2005. STATEMENT OF WORK Keystone HQ Forum 1. Background: The Defense Contract Management Agency (DCMA) performs contract management services for the Department of Defense and other Federal Agencies. The DCMA Headquarters is located at 6350 Walker Lane, Suite 300, Alexandria VA 22310-3241 2. General Description: The intent of this contract is to provide a Myers Briggs Type Indicator (MBTI)Workshop for DCMA newly hired Keystone personnel, located throughout DCMA. Specifically: a. Date of Event: November 3, 2005 b. Number of DCMA participants: approximately 150 c. Testing Schedule: September 26-30, 2005 - DCMA Keystone personnel will take the MBTI on-line. d. Interpretation of Test Results: October 1-30, 2005 - The vendor shall prepare individual packages of MBTI results and interpretation. e. Application of Information: November 3, 2005, the vendor shall provide a workshop on the interpretation and application of the MBTI results to communications and decision making. 3. The Contractor shall: a. Provide instructions on how to access the on-line MBTI and access code prior to September 26, 2005. b. Prepare a handout packet for each participant with individual MBTI test results and interpretation material. c. Provide participant MBTI books and quick reference documents. d. Design and deliver a workshop explaining the results of the MBTI. (2 hours) e. Design and deliver a workshop applying the MBTI results to communications and decision making. (3 hours) f. Provide an evaluation form for participant completion. 4. The Government will: a. Coordinate for and obtain conference room for workshop period: DCMA is responsible for reserving a conference location at a local hotel facility within Springfield, Virginia area that can accommodate 150 people. b. Coordinate for audio-visual equipment and support to include wireless microphones, two easels with chart paper and makers. c. Coordinate for LCD projector and screen for lecture. Provide computer projector as required. d. Coordinate for food: DCMA is responsible for planning and executing breaks for the event. e. Provide communication between the vendor and students prior to the event. f. Coordinate the distribution of instructions for going on-line to take the MBTI.
 
Place of Performance
Address: DCMA-Procurement Center, 6350 Walker Lane, Suite 300, Alexandria, VA
Zip Code: 22310-3226
 
Record
SN00885661-W 20050904/050902211547 (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.