Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 03, 2009 FBO #2776
SOLICITATION NOTICE

U -- Facilitation Services - Attachment 1 Statement of Work

Notice Date
7/1/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611430 — Professional and Management Development Training
 
Contracting Office
Other Defense Agencies, National Geospatial-Intelligence Agency, AC Headquarters Support (ACH), Attn: ACH Mail Stop D-88, 4600 Sangamore Road, Bethesda, Maryland, 20816-5003, United States
 
ZIP Code
20816-5003
 
Solicitation Number
NSIFG79139AS01
 
Archive Date
7/25/2009
 
Point of Contact
Harriet Saulsbury, Phone: (301) 227-6644, Ericka L Franklin, Phone: 301-227-5989
 
E-Mail Address
Harriet.Saulsbury@nga.mil, Ericka.L.Franklin@nga.mil
(Harriet.Saulsbury@nga.mil, Ericka.L.Franklin@nga.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
National Geospatial-Intelligence Agency This announcement is hereby set aside for small business concerns. The NAICS is 611430 with a business size of $7M. The response date is Friday July 10th, 2009 at 3:00pm EST. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. The National Geospatial-Intelligence Agency (NGA) has a requirement for Facilitation Services. The solicitation number is NSIFG79139AS01 and is issued as a Request for Quote (RFQ). This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This NAICS Code is 611430. Period of Performance: The services are required for 3 days July 28th - 30th 2009. Pricing: Please submit pricing for 3 days. Type of Order/Contract: Firm Fixed Price. Government Furnished Materials: NGA will provide a location. Place of Performance: Work performed under the resulting contractual action will be at the Warrenton Training Center. Background: The facilitator will be required to help support the development of the offsite agenda prior to the offsite, ensure that the group is kept on track and on agenda during the offsite, and provide necessary guidance, recommendations, meaningful comments and suggestions throughout the offsite to ensure goals of the offsite are met. Scope: Principle objectives of this offsite will be to assess FY09 accomplishments, determine FY10 objectives, and assess how to attain them. Request that the facilitator foster authentic dialogue, stimulate meaningful deliberations, engage the "unengaged", reduce the impact of dominating personalities, empower the group to make productive decisions, quell personal agendas, discuss / expose the "elephant in the room", all with the goal of helping us to achieve the organization's mission. After the offsite, the facilitator will be required to provide his or her thoughts, recommendations, and any follow on actions that the group can undertake to improve organizational efficiency (SEE ATTACHMENT 1 STATEMENT OF WORK). Evaluation Factors: Following evaluation factors are considered mission essential to this contract and are of equal importance: a) Experience of Consultant: Contractor shall provide resume and relevant detailed knowledge of and experience with facilitating groups (both large and small) within the Intelligence Community and NGA. Familiarity with the mission, objectives and processes of the New Campus East Program Office. Extensive facilitation background working with Senior Intelligence Community Officers (SES, SIS and DISL) and Intelligence Community GS-14 / 15 equivalent managers and contractor leads.) b) Past Performance: Contractor shall submit evidence that documents past experience in developing training workshops/plans. This will include providing an example and description of plans developed in addition to three professional references with up to date contact information with date of services performed (within the past three years), point of contact (name, telephone number, email address). c) Security: Contractor shall possess a current TS SI/TK Security Clearance. d) Price of Services: Price is of equal importance when compared to all factors combined. Award will be made based on the overall best value to the Government. Full Text FAR clauses can be found at: http://www.arnet.gov/far. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-32. The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items applies to this acquisition. Vendors are required to submit a completed copy of FAR 52.212-3, Offeror Representations and Certification--Commercial Items, with their offer. The clause at 52.212-4, Contract Terms and Conditions--Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders--Commercial Items, applies to this acquisition, with the following clauses: 52.219-28 Post Award Small Business Program Representation, 52.222-23, Convict Labor; 52.222-19, Child Labor--Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-50 with Alternate 1, Combating Trafficking in Persons; 52.223-15, Energy Efficiency in Energy-Consuming Products; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration, 52.239-1 Privacy or Security Safeguards. The clause at DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies to this acquisition with the following clauses: DFARS 252.247-7023 with Alternate III, Transportation of Supplies by Sea; 252.203-7000, Requirements Relating to Compensation of Former DoD Officials. Contract terms and conditions required to implement statutes or Executive Orders applicable to Defense acquisitions of Commercial Items. To view the clauses in full text, visit www.arnet.gov. Vendors must be approved and registered in Central Contractor Registration (www.ccr.gov) before award can be made. Note: The Contracting Staff will only respond to questions or request for information in writing via email. Telephone requests will not be granted. Closing date for this notice is 15:00 EST Friday 7/10/2009. Proposals shall be submitted via email only to Harriet Saulsbury at Harriet.Saulsbury@nga.mil and Ericka L. Franklin at Ericka.L.Franklin@nga.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/b01b19cb89961311321b3b55cda18195)
 
Place of Performance
Address: 4600 Sangamore Road MS: D-6, Bethesda, Maryland, 20816, United States
Zip Code: 20816
 
Record
SN01863503-W 20090703/090702002928-b01b19cb89961311321b3b55cda18195 (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.