Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 02, 2007 FBO #1983
SOLICITATION NOTICE

U -- Leadership Development Training

Notice Date
4/30/2007
 
Notice Type
Solicitation Notice
 
NAICS
611430 — Professional and Management Development Training
 
Contracting Office
Department of Labor, Mine Safety and Health Administration, Acquisition Management Division (VA), 1100 Wilson Boulevard Room 2133, Arlington, VA, 22209-3939, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
DOL07MRP20028
 
Response Due
5/15/2007
 
Archive Date
5/30/2007
 
Point of Contact
Sarah Mengel, Contracting Officer, Phone 202-693-9834, Fax 202-693-9826, - Darrell Cooper, Director, Acquisition Management Division, Phone (202)693-9831, Fax (202)693-9826,
 
E-Mail Address
mengel.sarah@dol.gov, cooper-darrell@msha.gov
 
Small Business Set-Aside
Total Small Business
 
Description
DESCRIPTION: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 of the Federal Acquisition Regulations (FAR), as supplemented with additional information included in this notice. This announcement constitutes the only solicitation for this requirement. This is the Request for Proposals. No other solicitation will be issued. The provisions and clauses incorporated into this document are those in effect through the Federal Acquisition Circular 2005-16. 1.INTRODUCTION: The mission of the Mine Safety and Health Administration (MSHA) is to administer the provisions of the Federal Mine Safety and Health Act of 1977 (Mine Act) and to enforce compliance with mandatory safety and health standards as a means to eliminate fatal accidents; to reduce the frequency and severity of nonfatal accidents; to minimize health hazards; and to promote improved safety and health conditions in the Nation?s mines. MSHA carries out the mandates of the Mine Act at all mining and mineral processing operations in the United States. 1.1 BACKGROUND:It is expected within the next 3 years MSHA will face the retirement of nearly 59% of the supervisors and managers. The loss of expertise and the loss of the knowledge they possess are a concern for MSHA. MSHA believes it is necessary to begin proactive steps towards preventing major skill gaps by developing a diverse and well-trained leadership pool composed of employees with leadership potential who have developed proficiency in skills appropriate for higher levels of responsibility. 2.STATEMENT OF WORK:MSHA plans to implement a leadership development program (LDP) that is specifically designed for preparing journeyman level technical personnel in GS-13 level positions. The purpose of the LDP is to provide the journeyman level personnel competencies for transition into leadership positions within MSHA. This journeyman level leadership development program will enhance the skills and abilities of personnel with promotion potential to fill vacancies as they occur. The plan includes mentoring, developmental assignments, team building and knowledge management/transfer in addition to classroom training. This LDP will consist of courses on critical leadership competencies such as conflict management, accountability, organizational awareness, decisiveness, service motivation and problem solving. 3.SPECIFIC REQUIREMENTS: 4.CONTRACT TYPE: Firm Fixed Price 5.PERIOD OF PERFORMANCE: Base Period of 3 Cohorts and 5 Optional Cohorts, over a period of 2 years. 6.PLACE OF PERFORMANCE: National Mine Health and Safety Academy, 1301 Airport Road, Beaver, WV 25813 7.The contractor shall design, develop and deliver a Leadership Development Program for the journeymen level personnel preparing to assume leadership/supervisory positions at MSHA. The contract activities and deliverables to be developed are described in the following line items. The contractor shall: 7.1.PROGRAM CONTENT 7.1.1. Design, develop and deliver a LDP based on the OPM Executive Core Qualifications. (www.opm.gov/ses/ecq.asp) In particular, emphasis should be placed on Service Motivation (Leading Change), Conflict Management (Leading People), Accountability, Decisiveness and Problem Solving (Results Driven) and Organizational Awareness (Coalition Building and Communication). All program activities will emphasize the practical application of leadership theory as it pertains to MSHA?s core business. 7.1.2. The contractor shall develop, design and implement the program in accordance with the following learning methodologies guidelines; Lecture in Workshops, Experiential Activities in Workshops and small groups, Individual or Small Group Coaching, Learning Team Activities, Individual Practices and Reflection. The learning shall be fully integrated for all of the five practices and across all learning methodologies. In addition to leadership theory the learning shall demonstrate ?real world application?. The contractor shall respond, in real time during workshops, to the needs of the participants and modify content and methodology to maximize the learning impact for the participants. 7.1.3. Design a program to support 8 cohorts, with 20-25 students in each cohort. MSHA anticipates up to 3 Cohorts in 2007 and the remainder in FY 2008 and beyond. 7.1.4. The first cohort is a pilot and will be filled with 24 existing supervisors. This group will be asked to provide feedback on the program based on their experience as MSHA supervisors. This feedback will be used to gauge the applicability of the curriculum to MSHA?s needs. Necessary changes and adjustment will be made to the program based on this feedback. 7.1.5. Provide a 3 week residential program that will be delivered in one week increments over approximately an 8 month period at the MSHA training facility at Beaver, West Virginia. 7.1.6. Each cohort shall be comprised of small learning teams; with a maximum of eight participants per team, with an assigned facilitator for each team for each of the 3 one week-long modules. 7.1.7. Cohorts will overlap periods at the Academy and could allow for some combined activities. E.g. Cohort 1?s week two or week three, will be scheduled during Cohort 2?s week one. This will allow for additional team building, networking, and knowledge transfer from one Cohort to the next. Time shall be set aside for these overlapping groups to have time together. MSHA has included a tentative Cohort schedule in Section 8 ?Deliverables?. MSHA has limited funding at this time and intends to conduct cohorts 1,2 and 3 as a ?base? period of performance with Cohorts 4-10 as optional periods to be conducted subject to the availability of funds. 7.1.8. Each weekly session shall allow for participants to arrive on Sunday and to depart no later than Friday at 1:00 pm. Sunday late-afternoon/early-evening will be an opening session and Friday will end no later than noon. The design of the one-week sessions should include specific evening activities, however not all evenings should have activities in order to provide participant free time for networking and to foster team building with other LDP participants. 7.1.9. The contractor shall provide and administer individual 360 Degree feedback (360) and Myers Briggs Type Indicator (MBTI) assessment tools to the LDP participants. The 360 degree feedback shall be administered prior to the participant?s first classroom session. The MBTI shall be administered at the beginning of the participants first classroom session. The contractor shall provide the results of both the 360 and MBTI to the participant during their first classroom session. The contractor shall provide each participant with a minimum of one hour individualized coaching session on their assessment results. Participants will utilize the results of their assessment(s) in discussion with their mentors and to develop the Individualized Leadership Development Plan (ILDP). 7.1.10. The contractor shall provide a ? day mentoring development session for the mentors that MSHA will identify and match to each participant. MSHA will schedule the mentors to receive their 1/2 training and work with their mentees the remaining ? day toward the later part of each participant?s 1st week of training. (i.e. interact with trainers/facilitators, work with mentee in the development of ILDP, develop a mentor/mentee agreement) 7.1.11. The contractor shall develop a list of potential assignments and readings that support or enhance the classroom learnings and/or the participant?s individual needs as identified by the assessment process. The list shall be a part of the proposal and MSHA will approve the list within 5 days of a contract award. These assignments shall be completed by the participants during the time between the classroom sessions. Additionally, MSHA will provide a knowledge transfer assignment for each participant. Participants will include assignments with milestones and completion dates in their ILDP. The participants? individual assignments will be reviewed and approved by the participant?s mentor and the COTR before being finalized in their ILDP. The participant?s progress on assignments in the ILDP shall be tracked and recorded. The participant?s must complete all items in the ILDP before the end of the cohort. Subsequent changes to the participant?s ILDP must be approved by both the mentor and the COTR. (see deliverable) 7.1.12. The contractor will provide time in the program for MSHA senior leadership to participate at key sessions throughout the training program. The COTR will coordinate MSHA senior leadership participation. Involvement may include giving welcoming comments at the beginning of a cohort, making a presentation or having a discussion on leadership (e.g. a topic or challenge) from his or her perspective and will participate in close-out/graduation for each cohort. We anticipate 3 key sessions for each cohort. 7.1.13. The contractor shall provide post program follow-up assessment and analysis to assist MSHA in determining a return on investment from the LDP. ( see deliverable ) 7.1.14. The contractor shall attend a meeting(s) with MSHA?s senior leadership to present a program overview and progress report during the first performance period at the Mine Academy on a mutually agreed upon date and time. 7.1.15. The contractor shall develop and provide post module and post cohort participant evaluations to assess course quality and effectiveness. The evaluations will cover applicability of the learning to real world situations, course content and course delivery. The evaluations along with an analysis will be provided to the COTR within 5 days of each module?s and cohort?s completion for review and discussion with the contractor. Based on evaluations, course structure and content may be adjusted or changed to meet MSHA?s needs and expectations. (see deliverable) 8.GOVERNMENT FURNISHED PROPERTY: The Government will provide the following: 8.1.Facility for the onsite program. 8.2.MSHA will duplicate student materials i.e. PowerPoint and Word handouts for the workshops. 8.3.The Government will provide graphics design support for handouts and posters. 8.4.Tables and chairs for participants 8.5.TV with VCR and or TV with DVD player, multi-media projector and audiovisual equipment for taping selected participant activities. 8.6.Lodging and meals for the instructors, guest speakers and students. 8.7.Breakfast and lunch and refreshments 8.8.Flip Charts-free standing and/or wall-based with paper and markers 8.9.Audio Visual recording equipment 9.DELIVERABLES AND SCHEDULE 9.1.Deliverable 1: In accordance with section 8, of the solicitation, provide a list of requested government furnished property for the LDP within 2 days of contract award. 9.2.Deliverable 2: In accordance with 7.1.15, provide post module and post cohort participant evaluation forms within 10 days of contract award. MSHA will approve the evaluation forms within 5 days of receipt. Completed participant evaluations and analysis of the evaluations shall be provided with 5 days of the end of each module and each cohort. 9.3.Deliverable 3: In accordance with 7.1.11, a list of assignments and readings that support or enhance the classroom learnings within 5 days of the award of the contract. MSHA will approve the final list. 9.4.Deliverable 4: I accordance with 7.1.13 provide post program follow-up assessment and analysis to assist MSHA in determining the return on investment with the LDP within 180 days of the end of cohort #3. COHORT SCHEUDLE: The following training schedule is provided below and facilities are already scheduled. COHORT 1 Module 1,June 3 through 8, 2007 Module 2,July 22 through 27, 2007 Module 3,Sept. 30 through Oct. 5, 2007 COHORT 2 Module 1, July 22 through 27, 2007 Module 2, Sept. 16 through 21, 2007 Module 3, Feb. 3through 8, 2008 COHORT 3 Module 1, Sept.16 through 21, 2007 Module 2, Oct. 28 through Nov. 2, 2007 Module 3, Mar. 30 through April 4, 2008 COHORT 4 Module 1,Oct. 28 through Nov. 2, 2007 Module 2,Jan. 6 through 11, 2008 Module 3,June 15 through 20, 2008 COHORT 5 Module 1, Jan. 6 through 11, 2008 Module 2, March 2 through 7, 2008 Module 3, Aug. 3 through 8, 2008 COHORT 6 Module 1, Mar. 2 through 7, 2008 Module 2, April 27 through May 2, 2008 Module 3, Sept. 7 through 12, 2008 COHORT 7 Module 1, April 27 through May 2, 2008 Module 2, July 6 through 11, 2008 Module 3, December 7 through 12, 2008 COHORT 8 Module 1, July 6 through 11, 2008 Module 2, Sept. 14 through 19, 2008 Module 3, February 22 through 27, 2009 ADMINISTRATIVE CONSIDERATIONS: The MSHA Contracting Officer is Darrell Cooper, 202-693-9831 The MSHA Contracting Specialist is Sarah Mengel, 202-693-9834 The MSHA Contracting Officers Technical Representative is Cheryl McGill, 304-256-3227 11.EVALUATION--COMMERCIAL ITEMS (a) The Government will award a contract 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: 12. EVAULATION FACTORS: Please submit a Technical, Past Performance, and Price to perform the requirements of the Statement of Work. Use a 12 Point Font for your quotation. Diagrams and figures are permitted but will be included in the page count for each proposal section. The following is the specific description of our proposal requirements for this contract. 13. TECHNICAL PROPOSAL: The contractor shall describe fully its company capabilities, and present a design for the LDP, including a detailed agenda, learning objectives, topics, activities/practical exercises, and proposed assessment tools and participant evaluations. The proposal shall be based upon the stated Cohort Schedule listed in section 9. This information shall convey the flow of each session. Your Technical proposal is limited to 50 pages. Include a management plan, describing methods you intend to use to accomplish the task outlined in the SOW. In addition, your proposal must include a personnel plan that identifies the labor categories that will be assigned to each task and the resumes of the personnel to be assigned, the project schedule depicting task and subtask timelines, SOW milestones and deliverable timelines/milestones. Other elements include meetings, reports and other communication designed to ensure orderly project management. The contractor shall provide employees that are fully trained, and have the level of experience to ensure the objectives of this task are achieved. Contractor personnel shall be acceptable to the Government in terms of personal and professional conduct, and in technical knowledge. Should any contractor personnel create a conflict with the Government?s interests, the contractor agrees to remove and replace said personnel immediately in accordance with these provisions of the contract. Please provide the Technical Proposal as a separate document. The contractor shall propose performance Objectives and Measures for the government to utilize in evaluating performance and a Quality Assurance Surveillance Plan in accordance with commerical practice 14.PRICE PROPOSAL: The contractor shall provide the firm fixed price per Cohort. Travel cost shall be included in the FFP. Cohorts 1,2 and 3 are the base cohorts and and Cohorts 4 through 8 are optional cohorts for the government. 15.PAST PERFORMANCE PROPOSAL: Provide a summary of 3 of your most recent, related (relevant) references (projects) that best demonstrate your potential for success on this requirement. To be considered a recent project, the reference must have been completed within the last 3 years. Provide the contract number, name of project, name, phone number and email address of the customer representative that oversaw the project, the length of the project, dollar value and number of personnel who worked on the project. Limit response to 3 pages (1 page each). Please provide the Past Performance requirement as a separate attachment. 16.FACTORS FOR AWARD The provisions of FAR 52.112-2 Evaluation of Commercial Items applies to this solicitation. The specific factors are: The Government intends to review all factors (technical, past performance, and price), in the order of importance in making a best value determination. After responses have been evaluated against these factors, the Contract will be placed with the offeror that represents the best value based upon our integrated assessment of past performance, technical capabilities and price. We reserve the right to award this Contract on the basis of other than the lowest proposed priced. The Government intends to evaluate proposals and award a contract without discussions with offerors except clarifications. Therefore, the offeror?s initial proposal should contain the offeror?s best terms from a cost or price and technical standpoint. The Government reserves the right to conduct discussions if the Contracting Officer later determines them to be necessary. If the Contracting Officer determines that the number of proposals that would otherwise be in the competitive range exceeds the number at which an efficient competition can be conducted, the Contracting Officer may limit the number of proposals in the competitive range to the greatest number that will permit an efficient competition among the most highly rated proposals. The government reserves the right to award on initial proposals. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). The following FAR provisions apply to this solicitation: 52.212-1, Instructions to Offerors?Commercial Items 52.212-2 Evaluation of Commerical Items 52.212-3, Offeror Representations and Certifications?Commercial Items 52.212-4, Contract Terms and Conditions?Commercial Items 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders?Commercial Items 17. SOLICITATION QUESTIONS: Submit questions regarding this RFP by May 7, 2007 12:00PM(EST) via e-mail to mengel.sarah@dol.gov. Answers will be provided to all participants via e-mail no later than May 9, 2007, 5:00PM (EST). 18. PROPOSAL DUE DATE: Your proposal must be received no later than May 15, 2007 3:00PM (EST ). After this time, a proposal may be considered late and may not be considered for award. Please submit your proposal electronically to Sarah Mengel and Darrell Cooper at email addresses: mengel.sarah@dol.gov and cooper.darrell@dol.gov. Follow up with a hard copy proposal to Sarah Mengel, Contract Specialist, Mine Safety and Health Administration, 1100 Wilson Blvd, room 2133, Arlington, VA 222209-3939. Any questions regarding this RFP can be addressed to Sarah Mengel via email. Under no circumstances are you to contact or attempt to contact MSHA Program Officials.
 
Place of Performance
Address: National Mine Health and Safety Academy, 1301 Airport Road, Beaver, WV
Zip Code: 25813
Country: UNITED STATES
 
Record
SN01283947-W 20070502/070430220322 (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.