Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 20, 2007 FBO #2062
SOLICITATION NOTICE

R -- Strategic and Leadership Assessment, Alignment and Development

Notice Date
3/16/2007
 
Notice Type
Solicitation Notice
 
NAICS
541618 — Other Management Consulting Services
 
Contracting Office
Department of Education, Federal Student Aid, FSA Acquisitions, Union Center Plaza, RM 91F1 830 First Street, NE, Washington, DC, 20202-5405, UNITED STATES
 
ZIP Code
20202-5405
 
Solicitation Number
ED-07-R-0025
 
Response Due
3/23/2007
 
Point of Contact
Patricia Gwaltney, Contracting Officer, Phone 202-377-3083, Fax 202-343-6820, - Marge Wilburn , Contract Specialist, Phone 202-377-3480, Fax 202-377-0912,
 
E-Mail Address
Patricia.Gwaltney@ed.gov, marge.wilburn@ed.gov
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12 of the Federal Acquisition Regulation as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The following clauses apply to this solicitation: 1) FAR 52.212-1, Instructions to Offerors--Commercial Items 2) FAR 52.212-2, Evaluation--Commercial Items. Evaluation will be made on a best value basis, as described in the instructions to offerors. Offerors must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications--Commercial Items, with its offer. FAR 52.212-4, Contract Terms and Conditions-Commercial Items applies to any resulting contract. FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items and the additional clauses cited in this clause may be applicable to this acquisition. Please see the Statement of Objectives (below) titled Strategic and Leadership Assessment, Alignment and Development for the scope of work to be performed and the proposal instructions. Work orders for specific tasks will be issued as tasks are identified. The work orders will identify specific assignments to be performed, the expected deliverable(s) required for that task, and the points of contact for the requirement. Period of Performance: The services of any resulting contract shall be through the following period of performance: Base Year - From date of award through March 31, 2008 Option Year 1 - April 1, 2008 through March 31, 2009 Option Year 2 - April 1, 2009 through March 31, 2010 NOTE: Any questions regarding the requirement and this solicitation shall be submitted via email to the Contracting Officer and Contract Specialist no later than 4:00 PM, Tuesday, March 20, 2007. Proposal Instructions Interested offerors shall submit proposals in accordance with the Submission of Proposals section below. Part 1 - Written Narrative (Technical) and Past Performance References Interested offerors shall submit a written narrative, not to exceed five (5) pages, which outlines the vendor's experience in the following: - Experience in developing strategies and strategic frameworks; for organizational alignment with private sector clients; - Expertise with leadership models and practices in private sector organizations; - Knowledge and experience with Federal Student Aid clients and customers; - Expertise with senior executive team effectiveness assessment, diagnosis, executive alignment and development; - Experience with organization design and implementation; and - Expertise with clients in the design and implementation of multi-disciplinary approach to integrating strategy, leadership alignment, organization design and process integration. The narrative shall include three (3) references of past performance within the past three (3) years for work of a nature similar to that described in this solicitation and demonstrating the experience, expertise, and knowledge listed above. Reference information shall include: - Organization/Company, address, point of contact and phone number (e.g. Project Manager, Contracting Officer, and/or Contracting Officer's Representative - anyone that monitored performance under the contract) - Contract number, if applicable - Period of Performance - Original contract price - Contract Type (e.g. Fixed Price, Time and Material, etc.) It is the responsibility of the offeror to ensure that telephone numbers and points of contact for all references are current and accurate. The Government reserves the right to use other sources, such as the Past Performance Information Retrieval System to evaluate past performance. Past performance references are a required part of your proposal. Part 2 - Price Proposal The Government contemplates a Time and Materials contract. Please provide a time and materials price proposal for the base year, and option years, based on the estimated number of hours anticipated for the services required. For the purpose of this requirement, assume 900 hours per year are necessary for this effort. The Price proposal should include applicable labor categories, descriptions and hours; any other direct costs; and, travel. Travel costs will be reimbursed in accordance with the Federal Travel Regulations. Submission of Proposals: The response date is Friday, March 23rd at 2:00 PM. Interested offerors shall submit proposals (Parts 1 and 2) via email in Microsoft Word or PDF format to the Contracting Officer and Contract Specialist stated below AND one original and four (4) hard copies shall be mailed to: U.S. Department of Education Federal Student Aid Acquisitions Group - ATTN: Patricia Gwaltney, Contracting Officer Solicitation Number: ED-07-R-0025 830 First Street, NE-Suite 91D3 Washington, DC 20202 Email addresses electronic submissions: patricia.gwaltney@ed.gov and marge.wilburn@ed.gov Evaluation Criteria: Offers will be evaluated against three (3) criteria, which are listed below: - Past Performance, based on customer satisfaction and relevance - Technical response in meeting the requirement - Price The Government will select the offer that represents the best value; in determining best value, Past Performance is the most significant factor, then technical, then price. STATEMENT OF OBJECTIVES Federal Student Aid's Strategic and Leadership Assessment, Alignment, and Development I. BACKGROUND Federal Student Aid has achieved significant success over the last several years in developing and executing significant performance improvement programs related to its Federal Student Aid business. Federal Student Aid is currently interested in seeking management consulting services to assist in developing performance improvement strategies to achieve the next level of strategic significance as part of a broader road map in implementing a high performance organization. Services provided should include an assessment of the leadership success requirements and gaps and development of a corresponding action plan to achieve the necessary results. II. SCOPE OF WORK (Commercial Items - Services) As requested the by the US Department of Education, Federal Student Aid, the contractor shall provide technical and management consulting advisory services to the Chief Operating Officer (COO), the immediate subordinates of the COO, and the Executive Management Team (EMT) and their direct reports, to perform the following requirements: 1. Confidential coaching services on a variety of management issues, as appropriate. 2. Evaluation and assessment of Federal Student Aid's operating practices. 3. Facilitation of the Federal Student Aid's annual Human Capital Planning off-site, and any resulting meetings. 4. Facilitation and assistance in the development and implementation of strategic direction developed through Federal Student Aid's annual Human Capital Planning off-site, and any resulting meetings. 5. Provide observations on the effectiveness of the Federal Student Aid's Management's interaction and advice on how to improve effectiveness. 6. Provide facilitation of executive team discussions, as required. 7. Provide relevant private sector models, frameworks and approaches, as required. III. SERVICE PROVIDER REQUIREMENTS 1. Experience in developing strategies and strategic frameworks for organizational alignment with private sector clients; 2. Expertise with leadership models and practices in private sector organizations; 3. Knowledge and experience with Federal Student Aid clients and customers; 4. Expertise with senior executive team effectiveness assessment, diagnosis, executive alignment and development; 5. Experience with organization design and implementation; and 6. Expertise with clients in the design and implementation of multi-disciplinary approach to integrating strategy, leadership alignment, organization design and process integration. IV. PLACE OF PERFORMANCE The Office of Federal Student Aid may provide a workspace and associated computer equipment for one individual for the duration of this requirement, when services are performed onsite. However, preparation of onsite and off-site meetings shall be at the contractor’s location. Travel will be reimbursed in accordance with Federal Travel Regulations. V. DELIVERABLES The following deliverables will be required under the performance of this requirement. At a minimum, the contractor will be required to: - Prepare and submit a monthly performance report, including work date, number of hours worked, description of the work performed, as required in Section II above, and any work product that supports services rendered. Monthly performance report shall be submitted to the Program Manager and Contracting Officer Representative within 15 business days after the end of each month. The report shall show the title and contract number on the cover page. - Prepare training and presentation materials for the facilitation of the offsite or additional meetings, as appropriate. - An assessment report, to include details of the gap analysis, and corresponding action plans. The delivery date for this report will be determined by the Project Manager after assessment and consultation with the contractor. - Meeting minutes shall be provided to the meeting chairperson/host, as requested. VI. SECURITY REQUIREMENTS The Contractor may be required to obtain the appropriate Department Security investigation clearance to obtain access privileges of sensitive information for the duration of the performance period. Designated staff will be granted appropriate access and privilege levels for task performance upon documented and authorized security levels, as appropriate. Non-Disclosure Agreements may be required from the contractor, any proposed persons working on this effort and between the contractor and any other Federal Student Aid contractors, where information may need to be shared in order to perform services under this requirement. VII. ASSUMPTIONS AND/OR CONSTRAINTS Meetings will need to be coordinated in advanced in order to accommodate the schedules of the Executive Management Team and their direct reports. There may be circumstances where meetings may need to be rescheduled. NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (16-MAR-2007). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 18-JUL-2007, 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.fbo.gov/spg/ED/FSA/CA/ED-07-R-0025/listing.html)
 
Place of Performance
Address: ED may provide a workspace and computer for one individual for the duration of this requirement, when at a Government location. Otherwise, the contractor shall provide the appropriate workspace and equipment required for performance.
Zip Code: 20202
Country: UNITED STATES
 
Record
SN01346292-F 20070720/070718225330 (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.