Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 09, 2006 FBO #1656
SOLICITATION NOTICE

R -- Accelerated Corporate Transition Process

Notice Date
6/7/2006
 
Notice Type
Solicitation Notice
 
NAICS
611430 — Professional and Management Development Training
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Acquisition and Grants Office, SSMC4 - Room 7601/OFA61 1305 East West Highway, 7th Floor, Silver Spring, MD, 20910
 
ZIP Code
20910
 
Solicitation Number
NRMA-06-016
 
Response Due
6/21/2006
 
Archive Date
7/6/2006
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Parts 12 and 13, as supplemented with additional information in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation Number NRMA-06-16 is issued as a request for quotation. The North American Industry Classification System Code (NAICS) is 611430. The NOAA budget amount is $24,500. The National Oceanic and Atmospheric Administration (NOAA) Office of Oceanic and Atmospheric Research (OAR) requires a contractor to develop the ?Lead to Succeed ? Phase 1? of the Accelerated Corporate Transition Process (ACT) to be conducted in OAR?s Office of the Chief Financial Officer. This Office obtains and manages financial, physical information, and human resources to enable OAR to fulfill its mission. The Office serves as the primary channel of communication and coordination with OAR Headquarters Officers, programs and laboratories for all non-technical and scientific management activities, and established priorities and requirements for those activities. The OAR is in an organizational transition that calls for adaptability, flexibility, and decisive action. Limitations in the ability to respond quickly to organizational changes, while maintaining the integrity of the core functions and practices of the offices, can lead to increased confusion, inefficiency, increased personnel problems and cost overruns, and in general, significant reductions in work productivity. The Office seeks to establish a comprehensive but compact program and/or process to address the following: 1) changes initiated by the new OAR Assistant Administrator (AA) and Deputy Assistant Administrator (DAA). 2) Use of the CFO full leadership team to identify specific areas of change, 3) develop strategies currently undertaken by the full leadership team in the areas of: a) Climate, b) Culture, c) Customer Service, d) Competency Standards, e) Collaboration Performance, f) Corporate Prosperity; 4) continuance of a more effective processes for functioning as a full leadership team, and 5) advancing the training and coaching of the senior staff. The contractor will be required to research, design and present a customized program of assessment, review, analysis, training, and coaching to be designed to meet the specific needs of the OAR CFO office?s, full leadership team. The contractor shall use various assessment and instructional methods, which would include surveys, questionnaires, focus groups, lectures, small group activities, overhead presentations, handouts, and experiential exercises. These specifically designed assessment and instructional methods should enable the participants to have hands-on activities that demonstration and confront communication patterns, leadership skills, group cohesiveness, conflict, and/or performance management. Deliverables: To achieve a successful design for a corporate transition process in the required time, the contractor will be required to: 1) meet with the members of the senior staff to identify the significant changes initiated by the new AA and DAA and to address specific areas of changes that should be initiated by the CFO through the full leadership team. 2) data collected through the identification process to identify specific organizational goals, strategies, and training needs for the full leadership team. 3) the six initiatives listed below, develop specific strategies for implementing them: a) Climate, b) Culture, c) Customer Service, d) Competency Standards, e) Collaboration Performance, f) Corporate Prosperity. Using the data collected from the identification implementation and development processes, the Contractor will be asked to provide on-site experiential training workshops for managers. Workshops would be selected to meet the specific needs of OAR CFO Full Leadership Team. All work sessions would be required to be on site during regular workdays, from 8:30 a.m. to 4:30 p.m., or during other times as the CFO may require. OAR will provide the meeting rooms, A/V and other equipment needed to conduct the work sessions. Final Report: The Contractor will be required to produce a final report giving a summary of the Corporate Transition Process to the OAR CFO. Period of Performance: The contractor should commence on or about July 15, 2006 to November 14, 2006. The resulting purchase order shall be negotiated on a firm fixed price. The award shall be made on a best value basis using simplified acquisition procedures and commercial acquisition procedures. Offers will be evaluated based upon small business status, approach, past performance, and price. The solicitation document and incorporated clauses are those in effect through Federal Acquisition Circular Number 2005-08. The provisions and clauses may be downloaded at http://www.acqnet.gov/far. The following provisions and clauses shall apply to this solicitation: FAR 52.212-1, Instructions to Offerors ? Commercial, applies to this acquisition and there is no addenda to this provision; FAR 52.212-2, Evaluation ? Commercial Items. The Government shall award a purchase order resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) approach, (ii) past performance, (iii) price; FAR 52.213-3, Offeror Representations and Certifications ? Commercial Items, applies to this acquisition and there is no addenda to this provision; FAR 52.212-4, Contract Terms and Conditions ? Commercial Items, applies to this acquisition and there is no addenda to this provision; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders ? Commercial Items, applies to this acquisition. All interested contractors must be actively registered in the Central Contractor Registration (CCR) at the CCR website www.ccr.gov and must provide a completed copy of the Offeror Representation and Certifications. All responsible sources that can meet the requirements and provide services listed above may respond to this combined synopsis/solicitation with a quotation addressed to Gina E. Lee, NOAA Acquisition Division, 1305 East West Highway, Room 7141, Silver Spring, MD 20910, to be received no later than June 21, 2006. Responses may be faxed to (301) 713-0806 or e-mailed to Gina.E.Lee@noaa.gov. The Government reserves the right to make a single award, multiple awards, or no award as a result of this RFQ.
 
Record
SN01063945-W 20060609/060607220807 (fbodaily.com)
 
Source
FedBizOpps 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.