Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 20, 2008 FBO #2459
DOCUMENT

R -- EXECUTIVE COACHING SESSIONS - Amendment 2

Notice Date
8/18/2008
 
Notice Type
Amendment 2
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
Millennium Challenge Corporation, MCC, Washington DC, 875 Fifteenth Street, N.W., Washington, District of Columbia, 20005
 
ZIP Code
20005
 
Solicitation Number
MCC-08-0113-RFP-42
 
Response Due
9/2/2008 12:00:00 PM
 
Archive Date
9/17/2008
 
Point of Contact
Beverly Roberts,, Phone: 202.521.7284, Beverly Roberts,, Phone: 202.521.7284
 
E-Mail Address
robertsb@mcc.gov, robertsb@mcc.gov
 
Small Business Set-Aside
Total Small Business
 
Description
Section C Statement of Work Executive Coaching Program 1.0 Introduction Over the past several years there has been growing recognition of the need to build the capacity of the MCC workforce to improve the quality of country proposals and the efficiency/effectiveness of compact implementation. In response to capacity building needs, MCC has already initiated several training programs. An identified need to aid in MCC's continuing workforce development is to conduct an executive coaching program for management. There is an ongoing need to ensure that MCC has a cadre of knowledgeable professionals leading the agency's international development efforts. This is a key in succession planning and to the successful future functioning of this organization. Because historically leadership development opportunities for managers are overlooked, it is important that MCC take an opportunity to provide this type of developmental coaching for the managers. This will provide them with an opportunity to hone existing skills or obtain new skills required to develop and lead a successful, effective agency. Agency Background The Millennium Challenge Corporation (MCC) is a United States Government corporation created under Title VI of the Foreign Operations, Export Financing, and Related Programs Appropriations Act. The agency was designed to work with some of the poorest countries in the world. Established in January 2004, As a Federal organization, Millennium Challenge Corporation (MCC) was designed to support innovative strategies, to ensure accountability for measurable results, and to make maximum use of flexible authorities to optimize efficiency in contracting, program implementation, and personnel. MCC is based on the principle that aid is most effective when it reinforces good governance, economic freedom and investments in people. MCC's mission is to reduce global poverty through the promotion of sustainable economic growth. 2.0 Scope The Millennium Challenge Corporation (MCC) in accordance with a continuing workforce development program is arranging individual executive assessment and evaluation through interviews and use of best practice tools, appropriate feedback, and individual coaching for up to twenty five (25) management positions. The executive coaching program will help to create & develop: • Environments focused on results, alignment, accountability and open and honest communication • Strong partnerships with their teams where support and challenge are mutual, strong, and balanced • More time for thinking and focusing on strategic issues and the ability to better see the "whole playing field" • More effective execution • Methods to identify and overcome self-limiting and counter-productive behaviors that erode trust, respect, and loyalty and undermine productivity and performance • Strategies that build the thinking and behaviors that contribute to sustainable success • More balance and satisfaction from a normally intense work week without loss of productivity • Practices that help them stay out in front in their thinking, performance, and leadership • Ways of reducing behaviors and practices that, while helpful earlier in the career, no longer serve them The overall objectives of this procurement are to: •· Identify the knowledge, skills, and abilities of each executive •· Identify the gap/s in skills •· Improve and develop the skill set of MCC executives to impact agency performance •· Conduct individual coaching sessions to help improve executive's performance on a regular basis 3.0 Executive Coaching Requirements MCC is seeking executive management individualized coaching sessions for up to twenty five (25) managers. The executive coaching consists of: •· Initial orientation meeting to learn more about the executive and his/her position and describe the executive coaching process •· Assessment of executive's knowledge, skills and abilities •· Conducting 360 degree interviews with MCC colleagues (supervisor, peers, direct reports, clients, etc) •· Creating an executive profile that identifies the knowledge, skills and abilities as well as areas of improvement for each position involved in the coaching •· Based an analysis of the first 4 bullets in Section E. Deliverables, development objectives are established and an action plan is agreed upon •· One-on-one, in person coaching sessions will be conducted to focus on areas identified in the action plan (2 sessions per month for three months equals 6 sessions per manager) 3.1 Leadership Development for MCC Managers : Assessment and Evaluation The Contractor shall provide an accurate, confidential written assessment as a critical first step in this leadership development. In assessing the executives, the Contractor shall focus on several facets: emotional makeup, temperamental makeup, and leadership capabilities and challenges. For each of these areas the Contractor shall provide an accurate and thorough assessment using best practice tools necessary and as mutually agreed to be appropriate by the parties. From this assessment, the Contractor shall develop a useful profile of the Manager from which an individualized program can be constructed by the Contractor to guide the development process. The Contractor shall provide for a 360 degree evaluation [Note: Commonly referred to as a 360 degree feedback method, used as a tool that provides each employee the opportunity to receive performance feedback from his or her supervisor and four to eight peers, reporting staff members, coworkers and customers. Most 360 degree feedback tools are also responded to by each individual in a self assessment.] for each group manager, with her/his supervisor, peers and direct reports rating her/him on competencies selected by the group level management team as most important for creating the desired culture in the organization. In addition, the Contractor shall facilitate the manager to do a self-evaluation as part of the 360 evaluation. The Contractor shall use whatever tool deemed necessary and appropriate to find the emotional makeup and temperamental profile of each group manager, e.g., the Myers-Briggs Type Indicator (MBTI) and 16pf tools. The Contractor shall provide an assessment of each manager's " uniqueness", i.e., competencies, frames of reference, experience, etc., and how each of their minds work in a particular fashion, and how that fashion differs from person to person. The Contractor shall provide insight into how and why people understand and approach the world in such different ways. The contractor shall use these tools to help the senior management team identify their usual way of approaching life, especially in the workplace. The Contractor shall also identify how colleagues differ from one another as work and interaction interfaces. The contractor shall use these tools to broaden the personal profile, bringing in career preference factors. The Contractor shall provide each executive/manager and the COTR with a private and personal written report with feedback from the full assessment within two weeks following the completion of each assessment. The Contractor shall provide a detailed written report and an individual session with a Contractor consultant to discuss the report addressing both the 360 assessment and the "Myers-Briggs" type assessment. 3.2 Leadership Development for MCC executives: Individual Coaching Following the initial, individual feedback session, the Contractor shall provide each manager with two (2) monthly individual coaching sessions with a Consultant per month for three months. The schedule for each manager is to be determined (TBD) as mutually agreeable to the parties. Coaching goals are set to address areas of identified concerns for each Manager. They will be initially identified in the report from Section E. Deliverables the first bullet, but may be augmented as each session progresses. The Contractor shall provide each Manager with an agenda or focus points prior to each session addressing areas to be covered in each feedback or coaching session. This agenda or set of focus points will be reviewed and approved by the COTR. 3.3 Leadership Development for MCC executives: Other Items Reassessment and Progress Report: At approximately six-month intervals each Manager would again be assessed. The new scores would then be compared with the original scores for the individual Managers. Feedback would be provided to and discussed with the Managers. Change in Personnel: When a Manager leaves and a new one is appointed, the process would start from the initial assessment for the newly appointed Manager. Ad Hoc Requests: The Contractor should price an individual session for Ad hoc requests as needed by the agency for supervisors and mid-level managers. 3.4 Qualifications The Contractor must be experienced in individualized coaching and development with senior level executives/Managers. SECTION D PACKAGING AND MARKING [FOR THIS SOLICITATION, THERE ARE NO CLAUSES IN THIS SECTION] SECTION E INSPECTION AND ACCEPTANCE E. 1 INSPECTION AND ACCEPTANCE BY THE GOVERNMENT The Government, through its authorized representative, has the right, at all reasonable times, to evaluate the work performed, or being performed, hereunder and shall notify the Contractor of unsatisfactory performance. All evaluations shall be performed in such a manner as will not unduly delay the work. The Government will review and verify that all services and deliverables issued under this contract fulfill the requirements and standards stated in this contract. It will be the responsibility of the COTR to ensure that adequate records of the evaluation are kept to support acceptance or rejection of work performed or being performed. Acceptance will be made by the COTR or designated representatives. SECTION F DELIVERIES OR PERFORMANCE F.1 PLACE OF PERFORMANCE The primary work location will be the Millennium Challenge Corporation located in two buildings at 1401 H Street NW, Washington DC 20005 and 875 15 th Street NW Washington, DC 20005. F.2 Deliverables This procurement will not require any deliverables beyond those as specified in the Statement of Work, Section E. Deliverables. F.3 Period of Performance The period of performance shall be for one base period plus up to four option periods to be exercised at the discretion of the Government. The period of performance is: Base Period From date of contract award through Month 12. Option Period 1 Month 13 through Month 24 Option Period 2 Month 25 through Month 36 Option Period 3 Month 37 through Month 48 Option Period 4 Month 49 through Month 60 NOTE : Periods of performance will be inserted upon contract award. Contractor must be available to begin work within 2-weeks of award. F.4 Notice Regarding Late Delivery In the event the Contractor encounters difficulty in meeting performance requirements, or when it anticipates difficulty in complying with the contract delivery schedule or completion date, or whenever the Contractor has knowledge that any actual or potential situation is delaying or threatens to delay the timely performance of the contract, the Contractor shall immediately notify the Contracting Officer and the COTR(s), in writing, giving pertinent details. Provision of such information shall not be construed as a waiver by the Government of any delivery schedule or date, or any rights or remedies provided by law or under this contract. F.5 CONTRACT TYPE. The Government contemplates award of indefinite delivery, indefinite quantity, firm fixed price contract to include MCC's anticipated requirement. Modifications to the Base Contract will be placed only if unanticipated future requirements materialize and are approved and funded. SECTION G CONTRACT ADMINISTRATION DATA G. 1 INVOICE INSTRUCTIONS: Invoices shall be paid in accordance with the Prompt Payment Act, thirty days (30) following receipt of a proper invoice. The Contractor shall submit each invoice electronically via email or fax to the following number: Fax: 303.969.5151/7281 ATTN: MCC Payments, or Email : MCC_Accounting_NBCDENVER@nbc.gov. As an alternative to electronic submission of invoices, one copy of each invoice may be submitted to the following address: National Business Center M/S D-2773 7301 West Mansfield Avenue Lakewood, CO 80235-2230 If it is determined that the amount billed is incorrect, the invoice may be revised by the Government, or the Contractor may be required to submit a revised invoice. To constitute a proper invoice, the invoice must be billed in accordance with the categories in the Contract Schedule with a detailed accounting for labor and other direct costs, and include the following information and/or attached documentation: *Name, address, and telephone of the Contractor; *Date of invoice and invoice number: *Contract number; also modification number, if applicable; *Description of the supplies/services rendered; *Name of contracting Officer's Technical Representative (COTR); and, *Signature of authorized representative of the firm with the following invoice certification: *A schedule depicting the following information: Amount Invoiced Cumulative Authorized Value Balance Remaining This Period Amount Invoiced of Contract on Contract "The undersigned hereby certifies to the best of my knowledge and belief that; the sum claimed under this contract is proper and due, and all the costs of contract performance have been paid, or to the extent allowed under the applicable payment clause, will be paid by the Contractor when due in the ordinary course of business; the work reflected by these costs has been performed, and amounts involved are consistent with the requirements of this contract." BY: ___________________________________________ TITLE: _________________________________________ DATE: __________________________________________ Inquiries regarding the status of invoices may be directed to NBC Accounting. The email address is: MCC_Accounting_NBCDENVER@nbc.gov. G.2 CONTRACTING OFFICER'S TECHNICAL REPRESENTATIVE (COTR) DESIGNATION AND AUTHORITY MCC52.204-70 Contracting Officer Technical Representative (COTR) (JAN 2006) (a) The Contracting Officer (CO) may designate a Government representative to act as the Contracting Officer's Technical Representative (COTR) to perform functions under the contract such as review and/or inspection and acceptance of supplies, services, including construction, and other functions of a technical nature. The Contracting Officer will provide a written notice of such designation to the COTR and the Contractor. The designation letter will set forth the authorities and limitations of the COTR under the contract. (b) Modifications to this contract are effective only if reduced to writing and executed by the CO. The contractor is specifically prohibited from performing any work that is outside the scope of this contract without the approval of the CO. The Contracting Officer cannot authorize the COTR or any other representative to sign documents (i.e., contracts, contract modifications, etc.) that require the signature of the Contracting Officer. SECTION H SPECIAL CONTRACT REQUIREMENTS H.1 52.216-18 Ordering (OCT 1995) (a) Any supplies and services to be furnished under this contract shall be ordered by issuance of contracts or task orders by the individuals or activities designated in the Schedule. Such orders may be issued from date of contract award through expiration including options thereof. (b) All contracts or task orders are subject to the terms and conditions of this contract. In the event of conflict between a contract or task order and this contract, the contract shall control. (c) If mailed, a contract or task order is considered "issued" when the Government deposits the order in the mail. Orders may be issued orally, by facsimile, or by electronic commerce methods only if authorized in the Schedule. (End of Clause) H.2 52.216-19 Order Limitations (Oct 1995) (a) Minimum order. When the Government requires supplies or services covered by this contract in an amount of less than $2,500.00 the Government is not obligated to purchase, nor is the Contractor obligated to furnish, those supplies or services under the contract. (b) Maximum order. The Contractor is not obligated to honor- (1) Any order for a single item in excess of $500,000.00; (2) Any order for a combination of items in excess of $2,000,000.00; or (3) A series of orders from the same ordering office within 365 days that together call for quantities exceeding the limitation in paragraph (b)(1) or (2) of this section. (c) If this is a requirements contract ( i.e., includes the Requirements clause at subsection 52.216-21 of the Federal Acquisition Regulation (FAR)), the Government is not required to order a part of any one requirement from the Contractor if that requirement exceeds the maximum-order limitations in paragraph (b) of this section. (d) Notwithstanding paragraphs (b) and (c) of this section, the Contractor shall honor any order exceeding the maximum order limitations in paragraph (b), unless that order (or orders) is returned to the ordering office within 5 days after issuance, with written notice stating the Contractor's intent not to ship the item (or items) called for and the reasons. Upon receiving this notice, the Government may acquire the supplies or services from another source. (End of clause) H. 3 52.216-22 Indefinite Quantity. Indefinite Quantity (Oct 1995) (a) This is an indefinite-quantity contract for the supplies or services specified, and effective for the period stated, in the Schedule. The quantities of supplies and services specified in the Schedule are estimates only and are not purchased by this contract. (b) Delivery or performance shall be made only as authorized by orders issued in accordance with the Ordering clause. The Contractor shall furnish to the Government, when and if ordered, the supplies or services specified in the Schedule up to and including the quantity designated in the Schedule as the "maximum." The Government shall order at least the quantity of supplies or services designated in the Schedule as the "minimum." (c) Except for any limitations on quantities in the Order Limitations clause or in the Schedule, there is no limit on the number of orders that may be issued. The Government may issue orders requiring delivery to multiple destinations or performance at multiple locations. (d) Any order issued during the effective period of this contract and not completed within that period shall be completed by the Contractor within the time specified in the order. The contract shall govern the Contractor's and Government's rights and obligations with respect to that order to the same extent as if the order were completed during the contract's effective period; provided, that the Contractor shall not be required to make any deliveries under this contract after period of performance of Option Year 4. (End of clause) Guaranteed Minimum Quantity. The guaranteed minimum per 52.216-22 (b) is five (5) managers coached or forty (40) total sessions. H.4 ALTERNATE DISPUTE RESOLUTION Alternate Dispute Resolution (ADR) procedures increase the opportunity for relatively inexpensive and expeditious resolution of issues in controversy. These procedures may be used at any time that the Contracting Officer has authority to resolve the issue in controversy. If the Contractor submits a claim, ADR procedures may be applied to all or part of the claim. The Contractor must certify its claim in accordance with FAR 33.207. When ADR procedures are used after the issuance of a Contracting Officer's final decision, the time limitations or procedural requirements for filing an appeal of the Contracting Officer's final decision are not altered. H.5 OPTION EXERCISE FAR 52.217-9 Option to Extend the Term of the Contract (Mar 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within thirty (30) days before the contract expires; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least thirty (30) days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 60 months. H.6 CONFIDENTIALITY The Contractor is subject to the following provision relating to the protection and nondisclosure of proprietary and other confidential business information: (A) Confidential information, as used in this clause means (1) information or data of a personal nature, proprietary about an individual or (2) information or data submitted by or pertaining to an institution or organization, provided that such information in (1) and (2) does not include information which is, or which becomes, public or information which becomes known to the Contractor on a non-confidential basis from a third party source. (B) If it is established that information to be utilized under this Contract is subject to the Privacy Act, the Contractor will follow the rules and procedures of disclosure set forth in the Privacy Act of 1974, 5 U.S.C. 522a, and implementing regulations and policies, with respect to systems of records determined to be subject to the Privacy Act. (C) Confidential information, as defined in (a)(1) and (2) above, shall not be disclosed without the prior written consent of the MCC. (D) Whenever the Contractor is uncertain regarding the proper handling of material under the Contract, or if the material in question is subject to the Privacy Act or is confidential information subject to the provisions of this clause, the Contractor shall obtain a written determination from the Contracting Officer prior to any release, disclosure, dissemination, or publication. Notwithstanding the above, information which is required to be disclosed by law or legal process shall not be included as confidential information. H.7 Warranty Against Dual Compensation The Contractor agrees that no part of the total contract amount provided herein shall be paid directly or indirectly to any officer or employee of the MCC as wages, compensation or gifts for acting in any capacity in connection with any work contemplated or performed under or in connection with this Contract. H.8 TRAVEL AND PER DIEM There is no local or long distance travel authorized for this Executive Coaching Program. H.9 NON-DISCLOSURE AGREEMENT The Contractor shall complete applicable MCC Non-Disclosure Agreements prior to obtaining access to any sensitive MCC information or systems, including the MCC Mailing List, contract documents, accounting records, personnel records, automated systems, plans/drawings, etc. H.10 PUBLICIZING AWARDS Under no circumstances shall the Contractor, or anyone acting on behalf of the Contractor, refer to the supplies, services, or equipment furnished pursuant to the provisions of this contract in any new release or commercial advertising without first obtaining explicit written consent to do so from the Contracting Officer. The Contractor agrees not to refer to awards in commercial advertising in such a manner as to state or imply that the product or service provided is endorsed or preferred by the Federal Government or is considered by the Government to be superior to other products or service. H.11 MCC52.243-70 Increase In Services (OCT 2006) The services described in Sections B and C (statement of work) represent the Government's best estimate for known requirements at this time. However, due to the uncertainty of the work, the Government reserves the right to add or delete services if the need arises. (End of clause) SECTION I CONTRACT CLAUSES I.1 52.252-2 Clauses Incorporated by Reference (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: http://www.arnet.gov 52.202-1 DEFINITIONS (JUL 2004) 52.203-3 GRATUITIES (APR 1984) 52.203-5 COVENANT AGAINST CONTINGENT FEES (APR 1984) 52.203-7 ANTI-KICKBACK PROCEDURES (JUL 1995) 52.203-8 CANCELLATION, RESCISSION, AND RECOVERY OF FUNDS FOR ILLEGAL OR IMPROPER ACTIVITY (JAN 1997) 52.204-2 SECURITY REQUIREMENTS (AUG 1996) 52.204-4 PRINTED OR COPIED DOUBLE-SIDED ON RECYCLED PAPER (AUG 2000) 52.204-7 CENTRAL CONTRACTOR REGISTRATION 52.209-6 PROTECTING THE GOVERNMENT'S INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT (JUL 1995) 52.214-34 SUBMISSION OF OFFERS IN THE ENGLISH LANGUAGE (APR 1991) 52.214-35 SUBMISSION OF OFFERS IN U.S. CURRENCY (APR 1991) 52.215-2 AUDIT AND RECORDS--NEGOTIATION (JUNE 1999) 52.215-2 III AUDIT AND RECORDS--NEGOTIATION (JUNE 1999)--ALTERNATE III (JUNE 1999) 52.215-8 ORDER OF PRECEDENCE--UNIFORM CONTRACT FORMAT (OCT 1997) 52.215-11 PRICE REDUCTION FOR DEFECTIVE COST OR PRICING DATA - Modifications (OCT 1997) 52.215-13 SUBCONTRACTOR COST OR PRICING DATA--MODIFICATIONS (OCT 1997) 52.215-19 NOTIFICATION OF OWNERSHIP CHANGES (OCT 1997) Reserved 52.222-21 PROHIBITION OF SEGREGATED FACILITIES (FEB 1999) 52.222-26 I EQUAL OPPORTUNITY (FEB 1999)--ALTERNATE I (FEB 1999) 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans. [DEC 2001] 52.222-36 AFFIRMATIVE ACTION FOR WORKERS WITH DISABILITIES (JUN 1998) 52.223-6 DRUG-FREE WORKPLACE (MAY 2001) 52.224-1 PRIVACY ACT NOTIFICATION (APR 1984) 52.224-2 PRIVACY ACT (APR 1984) 52.227-1 AUTHORIZATION AND CONSENT (JUL 1995) 52.227-14 RIGHTS IN DATA--GENERAL (JUN 1987) 52.232-1 PAYMENTS (APR 1984) 52.232-17 INTEREST (JUNE 1996) 52.232-18 AVAILABILITY OF FUNDS (APR 1984) 52.232-19 AVAILABILITY OF FUNDS FOR THE NEXT FISCAL YEAR (APR 1984) 52.232-23 ASSIGNMENT OF CLAIMS (JUN 1986)--ALTERNATE I (APR 1984) 52.232-25 PROMPT PAYMENT (OCT 2003) 52.232-33 PAYMENT BY ELECTRONIC FUNDS TRANSFER--CENTRAL CONTRACTOR REGISTRATION (MAY 1999) 52.233-1 I DISPUTES (DEC 1998)--ALTERNATE I (JUL 2002) 52.233-3 PROTEST AFTER AWARD (AUG 1996) 52.239-1 PRIVACY OR SECURITY SAFEGUARDS (AUG 1996) 52.242-3 PENALTIES FOR UNALLOWABLE COSTS (MAY 2001) 52.242-13 BANKRUPTCY (JUL 1995) 52.242-15 STOP-WORK ORDER (AUG 1989) 52.244-2 SUBCONTRACTS (AUG 1998) 52.244-5 COMPETITION IN SUBCONTRACTING (DEC 1996) 52.246-20 WARRANTY OF SERVICES (MAY 2001) 52.247-63 PREFERENCE FOR U.S.-FLAG AIR CARRIERS (JUN 2003) 52.249-14 EXCUSABLE DELAYS (APR 1984) 52.253-1 COMPUTER GENERATED FORMS (JAN 1991) 52.217-8 Option to Extend Services. Option to Extend Services (Nov 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 30. days of the contract expiration date. (End of clause) 52.219-6 Notice of Total Small Business Set-Aside. (June 2003) (a) Definition. "Small business concern," as used in this clause, means a concern, including its affiliates, that is independently owned and operated, not dominant in the field of operation in which it is bidding on Government contracts, and qualified as a small business under the size standards in this solicitation. (b) General. (1) Offers are solicited only from small business concerns. Offers received from concerns that are not small business concerns shall be considered nonresponsive and will be rejected. (2) Any award resulting from this solicitation will be made to a small business concern. (c) Agreement. A small business concern submitting an offer in its own name shall furnish, in performing the contract, only end items manufactured or produced by small business concerns in the United States or its outlying areas. If this procurement is processed under simplified acquisition procedures and the total amount of this contract does not exceed $25,000, a small business concern may furnish the product of any domestic firm. This paragraph does not apply to construction or service contracts. (End of clause) I.2 52.219-14 Limitations on Subcontracting. (Dec 1996) (a) This clause does not apply to the unrestricted portion of a partial set-aside. (b) By submission of an offer and execution of a contract, the Offeror/Contractor agrees that in performance of the contract in the case of a contract for- (1) Services (except construction). At least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern. (2) Supplies (other than procurement from a nonmanufacturer of such supplies). The concern shall perform work for at least 50 percent of the cost of manufacturing the supplies, not including the cost of materials. (3) General construction. The concern will perform at least 15 percent of the cost of the contract, not including the cost of materials, with its own employees. (4) Construction by special trade contractors. The concern will perform at least 25 percent of the cost of the contract, not including the cost of materials, with its own employees. (End of clause) SECTION J LIST OF ATTACHMENTS J. 1 Contractor Performance Report SECTION K REPRESENTATIONS, CERTIFICATIONS AND OTHER STATEMENTS OF OFFERORS K.1 52.204-8 Annual Representations and Certifications (Jan 2006) (a)( 1) The North American Industry Classification System (NAICS) code for this acquisition is 541990, All Other Professional, Scientific and Technical Services. (2) The small business size standard is $6.5 million. (3) The small business size standard for a concern which submits an offer in its own name, other than on a construction or service contract, but which proposes to furnish a product which it did not itself manufacture, is 500 employees. (b)(1) If the clause at 52.204-7, Central Contractor Registration, is included in this solicitation, paragraph (c) of this provision applies. (2) If the clause at 52.204-7 is not included in this solicitation, and the offeror is currently registered in CCR, and has completed the ORCA electronically, the offeror may choose to use paragraph (c) of this provision instead of completing the corresponding individual representations and certifications in the solicitation. The offeror shall indicate which option applies by checking one of the following boxes: [ ] (i) Paragraph (c) applies. [ ] (ii) Paragraph (c) does not apply and the offeror has completed the individual representations and certifications in the solicitation. (c) The offeror has completed the annual representations and certifications electronically via the Online Representations and Certifications Application (ORCA) website at http://orca.bpn.gov. After reviewing the ORCA database information, the offeror verifies by submission of the offer that the representations and certifications currently posted electronically have been entered or updated within the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference (see FAR 4.1201); except for the changes identified below [ offeror to insert changes, identifying change by clause number, title, date ]. These amended representation(s) and/or certification(s) are also incorporated in this offer and are current, accurate, and complete as of the date of this offer. FAR Clause # Title Date Change ____________ _________ _____ _______ Any changes provided by the offeror are applicable to this solicitation only, and do not result in an update to the representations and certifications posted on ORCA. (End of provision) SECTION L <h4 style="MARGIN-RIGHT: 0.5in">INSTRUCTIONS, CONDITIONS, AND NOTICES TO OFFERORS</h4> L.1 52.252‑1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The Offeror is cautioned that the listed provisions may include blocks that must be completed by the Offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the Offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this address: http://www.acqnet.gov/far/ CLAUSE TITLE DATE 52.204-6 Data Universal Numbering System (DUNS) Number JUN 1999 52.204-7 Central Contractor Registration OCT 2003 52.214‑34 Submission of Offers in English Language APR 1991 52.214‑35 Submission of Offers in US Currency APR 1991 52.215-1 Instructions to Offerors - Alternate II OCT 1997 52.232-13 Notice of Progress Payments APR 1984 L.2 FAR CLAUSES INCORPORATED IN FULL TEXT L.2.1 52.233‑2 SERVICE OF PROTEST (AUG 1996) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the General Accounting Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from: (TO BE IDENTIFIED UPON AWARD) Contracting Officer Millennium Challenge Corporation 875 Fifteenth Street NW Washington, DC 20005 The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. L.3 PROPOSAL FORMAT AND SUBMISSION INSTRUCTIONS L.3.1 General Offerors shall submit proposals shall be submitted in two volumes (1) Technical Capabilities, (2) Price/Business. Offerors shall submit proposals with adequate information to evaluate their technical capability to perform the services identified in Section C, Work Statement. Offerors shall submit five (5) original copies of the technical proposal and three (3) original copies of the cost/price proposal. Offerors are cautioned that the quality of their proposal and adherence to solicitation response requirements and/or restrictions are considered reflective of the manner in which the Offeror could be expected to perform services and will be given due consideration throughout the evaluation process. The proposal shall be in English and marked with solicitation number, title and Offeror's name. Offerors shall ensure that the print is easily readable. Each page shall have not less than one-inch margins on each side of the page. Header/footer information (which does not include any information to be evaluated) may be included in the 1 inch margin space. Each 8 and 1/2 by 11 inch "sheet" shall count as one page. Foldouts for complete spreadsheets and/or organization charts are permissible up to 11" by 17" and shall count as two pages. The proposal submissions shall be in electronic format, either Microsoft Word or Acrobat PDF, submitted to the address in Block 7 of the SF 33 not later than the date and time specified in Block 9 of SF 33. Each proposal shall consist of two volumes. Volume 1, is limited to 20 total pages, not including resumes or other prepared attachments. Volume 2 has no page limit. Technical Proposal Requirements: •· Provide sufficient information to address requirements of the Statement of Work. •· Resume(s) of the proposed coaches. •· Explanation of assessment methods and/or tools. •· Past performance references for executive coaching. (See L.4.2.1) Technical Proposal submission quantity: Volume 1, Technical Capability and Past Performance Information •Ø Five (5) original paper copies •Ø One (1) CD in Microsoft Word Business/Price Proposal Requirements •· Provide your proposed cost(s) to accomplish the tasks as defined. Be explicit and fully explain the cost(s) proposed (e.g., labor categories, unit prices, etc •· Provide your firm-fixed total price to accomplish the requirement, in the format of Section B. Be explicit and fully explain the pricing proposed. •· Please note, travel incurred for transportation and per diem (lodging, meals and incidental expenses) is not reimbursable by MCC. Business/Price Proposal submission quantity Volume 2, Business/Price •Ø Three (3) original paper copies •Ø One (1) CD L.4.2 Proposal Organization Volume 1, Technical Capability shall be organized as follows: Section A. Professional qualifications of contractor personnel. Contractor must provide complete resumes, including past employer references with telephone number, for each contracting professional proposed; Section B. Contractor's ability to recruit and supply qualified staff within 14 - 21 days of the identification of a vacancy or new requirements; L.4.2.1 Past Performance The Government is seeking a maximum of three (3) reference contacts that will demonstrate the offeror's ability to perform the requirements of the Work Statement in Section C. The Government will focus on each project's similarity to this requirement, on contractor's ability to meet cost and schedule requirements while maintaining product/service quality, and on the contractor's success in resolving project problems. Past experience shall be evaluated for projects completed in the three years from the date of this solicitation or currently in process, which are of similar size, scope, complexity, contract type, or, in any way, are relevant to the effort required by this solicitation. Contracts listed may include those entered into by the Federal Government, agencies of State and local governments and commercial customers. Contracts with the parent or an affiliate of the offeror may not be used. However, experience of any proposed subcontractors and/or teaming partners may be used. If the offeror has no relevant corporate or organizational past performance, the offeror may substitute past performance of a predecessor company or of the offeror's proposed key personnel who have relevant experience. An offeror without a record of relevant past performance or for whom information on past performance is not available, will receive a neutral rating on past performance. The Offeror shall provide a list of any contracts terminated for convenience or terminated for default within the last three years from the date of this solicitation. Also list any contracts for which the customer did not exercise an option to continue the contract within the last three years. Offerors will provide, as a minimum, the following past performance information: 1. Name of agency or commercial company; 2. Current address of reference; 3. Current telephone number and e-mail address of the Contracting Officer and the Contracting Officer's Technical Representative (COTR); 4. Value of contract; 5. Type of contract (fixed price, labor hours, cost reimbursement, (etc.); 6. A brief description of the contract work, not to exceed 3 typed pages in length for all references presented. Font size must not be smaller than 12 point. L.4.3 Volume 2, Business/Costs This volume shall include representations and certifications per Section K and cost/price information. Offerors shall propose firm fixed price rates per session in Section B that shall be applicable to performance during each twelve month performance period of the five year indefinite delivery / indefinite quantity type contract period. Offerors shall provide documentation of financial capability / responsibility (as reported by Dun and Bradstreet), and financial/ banking capability, including demonstrated ability to meet payroll expenses while billing monthly for the prior month's services. Volume 2 has no page limit. L.4 Oral Presentations The Government may invite Offerors to make oral presentations in support of their proposal and may request to interview the Offeror's proposed team members. The Offeror's team making the presentation and responding to questions must include the key personnel who will work on the contract. L.5 Negotiations The Government reserves the right to award without negotiations. Therefore, offerors are encouraged to submit proposals on the most favorable basis, as to price and other factors. Offerors are cautioned that failure to provide all the required information may make the offer non-responsive and may result in elimination of the Offeror from further consideration for award. L.6 52.215-20 Requirements for Cost or Pricing Data or Information Other Than Cost or Pricing Data Alternate IV (Oct 1997) (a) Submission of cost or pricing data is not required. (b) Provide information described below: Offeror is required to provide "information other than cost or pricing data" in a format similar to that found in FAR Part 15, Table 15-2. Information submitted by the offeror must include, as a minimum, appropriate information supporting proposed per session price, including all labor, overhead, g&A, profit adequate for determining the reasonableness of proposed price. L.7 Proposal Submission Responses shall be submitted no later than 12:00 PM, EDT, September 2, 2008. Your response should be addressed to: Millennium Challenge Corporation Attn: Beverly Roberts RFP: MCC-08-0113-RFP-42 875 Fifteenth Street, N.W. Washington, DC 20005 Please submit all questions regarding this solicitation no later than 12:00 noon, Eastern Daylight Time, August 13, 2008 via email to robertsb@mcc.gov, and youngj@mcc.gov entitled "Question regarding MCC-08-0113-RFP-42" on the subject line. SECTION M EVALUATION FACTORS M.1 Basis for Award The Government will make an award to the responsible Offeror whose responsive proposal represents the best value to the Government, price and other factors considered, in accordance with the evaluation criteria below. The best value tradeoff process described in FAR 15.101-1 permits tradeoffs among price and non-price factors and allows the Government to accept other than the lowest priced proposal or the highest technically rated proposal. The non-price factors, when combined, are significantly more important than price. Proposals will be evaluated using the following three criteria, listed in descending order of importance: •· Technical Capabilities •· Past performance •· Price To be responsive the Offeror must address all the requirements of the solicitation and must include all information specifically required in all sections of the solicitation. The Offeror must state how it will meet the requirements; repeating back the words of the RFP is not acceptable. M.2 Evaluation Factor 1: Technical Capability MCC will evaluate technical capability with regard to the following one subfactor: a. Professional qualifications of contractor personnel. Contractor must provide complete resumes of staff proposed. Management ability including the ability to recruit and supply qualified staff within 14 - 21 days of the identification of a vacancy or new requirements. M.2.1 Technical Adjectival Rating System The following rating system will be used to rate technical capability. OUTSTANDING - Proposal very significantly exceeds the most important factors in a way that is beneficial to the agency. Risk is very low, and the proposal indicates a very high probability of successful performance. There are no deficiencies in major subject areas of items. GOOD - Proposal meets or exceed the most important factors in a way that is beneficial to the agency. No significant weaknesses exist. Risk is low, and the proposal indicates a high probability of successful performance. There are no deficiencies in major subject areas of items. ACCEPTABLE - Proposal meets all significant standards. Risk is low, and there is a good probability of success. There are no critical deficiencies; any deficiencies present can be readily corrected. MARGINAL - Some important standards have not been met. Risk is evident and there is a low probability of success. There are serious deficiencies in the proposal, but they are correctable (and must be corrected prior to award). UNACCEPTABLE - Serious deficiencies exist in significant areas. Risk is high, and there is little likelihood of success. The proposal would have to be completely rewritten to make it acceptable. M.3 Evaluation Factor 2: Past Performance / Client References. MCC will consider the references from three clients in the past three years in terms of quality of personnel/work, previous experience in providing executive coaching services, and general business relations, including timeliness of performance and cost / price. Each reference must include a description of work performed, name of business, address, COTR phone number, email address or the contact information of another contact individual that has direct knowledge of the quality of services provided. (See Attached Contractor Performance Report form in Section J) These completed report form shall be included in the technical capability proposal.. M.3.1 Past Performance Evaluation Rating System The following rating system shall be used to access risk based on the past performance documented in client surveys provided. Low Risk - Based on offeror's past performance record, essentially no doubt exists that the Offeror will successfully perform the required effort. Moderate Risk - Based on the offeror's past performance record, some doubt exists that the Offeror will successfully perform the required effort. High Risk - Based on the offeror's past performance record, extreme doubt exists that the Offeror will successfully perform the required effort. Unknown Risk - No relevant performance record is identifiable upon which to base a meaningful performance risk prediction. A search was unable to identify any relevant past performance information for the Offeror or key team members/subcontractors or their key personnel. This is neither a negative or positive assessment. M.4 Evaluation Factor 3: Price. The extended total price from Section B, including all options, will be evaluated by the Government. M.5 Best Value A contract may be awarded to the Offeror whose offer is the most advantageous to the Government and provides the best value based on a trade-off analysis. The Government may consider award to other than the lowest priced Offeror or the highest technically rated Offeror if such an award is in the best interest of the Government.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=aca39762d20346f4ab64925d94ad44d3&tab=core&_cview=1)
 
Document(s)
Amendment 2
 
File Name: SOW and other Sections (EXECUTIVE COACHING MCC-08- 0113 RFP 42 executive coaching RFP WITH # changed in CLINs 08 5 08.DOC)
Link: https://www.fbo.gov//utils/view?id=9b08c8f755e9db4427f328a6af23a5ce
Bytes: 192.50 Kb
 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Millennium Challenge Corporation (MCC), 1401 H. Street, N. W. AND, 875 15TH Street, N. W., Washington, Virginia, 20005, United States
Zip Code: 20005
 
Record
SN01643562-W 20080820/080818221257-aca39762d20346f4ab64925d94ad44d3 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.