Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 06, 2009 FBO #2843
SOURCES SOUGHT

R -- FAC/PPM Training Support Services

Notice Date
9/4/2009
 
Notice Type
Sources Sought
 
NAICS
611430 — Professional and Management Development Training
 
Contracting Office
Center Acquisition Innovation Frederick;Department of Veterans Affairs;7485 New Horizon Way;Frederick MD 21703
 
ZIP Code
21703
 
Solicitation Number
VA-798-09-RI-0089
 
Response Due
9/16/2009
 
Archive Date
11/15/2009
 
Point of Contact
Melissa Maloy
 
E-Mail Address
Contract Specialist Intern
(melissa.maloy@va.gov)
 
Small Business Set-Aside
N/A
 
Description
General InformationClassification Code: 8244 NAICS Code: 611430 Contracting Office Address: CAI-Frederick 7485 New Horizon Way Frederick, MD 21704 Synopsis VA-798-09-RI-0089 The Department of Veterans Affairs (VA) has made the determination that it needs to further develop the VA acquisition workforce in order to keep up with increasing client demands and to meet government mandates around accountabilities and project tracking. Currently 82% of the VA $2.9 billion IT acquisition spend is designated at high risk of failure indicating that the VA is not meeting acquisition workforce development needs. As part of a long term objective to change the Program/Project Management (P/PM) culture of the VA and instill a sense of purpose in its P/PM, the VA needs to make an immediate, substantial impact in its P/PM capability. The VA Acquisition Academy (VAAA) has been tasked with developing a Program/Project Management transformation program. Objective 1: Train the VA's Program/Project Managers to the appropriate FAC-P/PM level and ensure that training has an impact on performance in FY10. This objective will include delivering training aligned to the Federal Acquisition Institute (FAI) Federal Acquisition Certification in Program/Project Management (FAC-P/PM) requirements to approximately 10,000 personnel in FY 2010. The estimated percentages are: Entry-70%, Mid-25%, and Senior-5%. To accomplish this, VAAA intends to contract with a vendor for off-the-shelf programs designed to meet FAI FAC-P/PM certification requirements for entry, mid, and senior/expert P/PM levels. Training must meet FAI FAC-P/PM requirements as discussed in the vendor submission instructions found at http://www.fai.gov/vendor/index.asp. The courses can be FAI approved or can clearly demonstrate compatibility with FAI requirements by completing the vendor submission templates. If the course is not completed, please give a brief explanation as to your timeline for development and how that will influence your ability to deliver the necessary courses during the allotted training period. The VA is interested in contracting with one prime vendor to ensure a single curriculum is used. This is necessary to ensure a transition to the VA's custom FAC-P/PM training program in FY 11. It is acceptable for training vendors to partner with other vendors, but any partner arrangement will need to clearly discuss utilization of a single curriculum and method to ensure instructional quality by a lead vendor. Training for each level shall be no less than: "24 hours Acquisition training "24 hours Project/Program Management "16 hours Leadership training "24 hours Earned Value Management "40 hours residential Capstone Event that includes the 24 hours of Government Specific material. The VA will deliver the FAI developed capstone training material, if desired, as government furnished information (GFI). However, the vendor will need to ensure the curriculum instructional methods blend with their other courses. In your response, please indicate the level that your training is focused on the practical application of learning and an event(s) that validates, in a classroom setting, that the trainee is capable of meeting the training outcomes detailed in OFPP Memo, Federal Acquisition Certification for Program and Project Managers, dated April 25, 2007, where it states "At this level, program and project managers should have, thorough training, experience, and other development activities" All training will be combined into a single course. Training shall be no more than four weeks long including the Capstone Event. Training will commence the first week of January 2010 and will be completed no later than the last week of September 2010. The contractor will be responsible for delivering an assessment to the approximately 10,000 participants to determine the level at which each should be trained based on criteria that will be supplied as GFI, determining logistics of minimizing travel for the training participants, scheduling training, tracking enrollments, and delivering training and training support resources. The desire is to minimize the travel required by students. The VA does not yet have exact locations for each student. However, the students are concentrated in: oHines, IL (National Acquisition Center) oEatontown, NJ (Technology Acquisition Center) oAustin, TX (Center for Acquisition Innovation- Frederick) oWashington, DC o21 Veterans Integrated Service Networks and associated VA Medical Centers. See below link for locations. http://vaww1.va.gov/directory/guide/division_flsh.asp?isFlash=1&dnum=1 Objective 2: Ensure that the FY10 program has an impact on the VA's P/PM practices in FY10 and beyond. Training participants will be expected to bring a program issue with them to the training. Instruction should incorporate addressing these issues and culminate with the participant developing an action plan to resolve the issue and mitigate future occurrences. The contractor will be expected to provide the action plan tracking tools to evaluate progress on these action plans. Additionally, the vendor solution should show a dedication to partnering with organizations to achieve performance improvements not merely addressing minimum standard training hours. The VA is interested in learning about industry capabilities and involvement in improving P/PM within the civilian agencies, the level of acquisition/PM executive level involvement in their programs. The vendor is asked to respond as to additional methods they can assist the VA in achieving an impact in FY10 such as workshops with high risk programs, workshops with acquisition teams to examine best practices to incorporate into department wide acquisition/program management guidance. Note: Request for Information (RFI) responses will NOT be shared with other industry suppliers and will solely be used as part of the contract planning process. Disclaimer: The following requested information to be provided is for planning purposes only and does not constitute a Request for Proposal (RFP) nor does it restrict the Government as to the ultimate acquisition approach. The government does not intend to award a contract on the basis of this RFI or to otherwise pay for the information solicited. Any contract that might be awarded based on information received or derived from this RFI will be the outcome of the competitive process. Any response to this request for information must include a discussion of the following questions regarding capability. Please reference question number with each response as follows: 1. Company Name, Company Address, Point of Contact, Telephone Number, e-mail Address, and Size of your Organization (i.e. Large Business, Small Business) using as the basis for your response. 2. Responses should identify your organization's experience with and capability with regard to FAI FAC-P/PM training. 3. Provide a limited discussion of your company's capability in coordinating and delivering training to ~10,000 participants in a variety of national locations designed to limit travel required by participants. 4. Provide a discussion of applied learning base and training composition of lecture vs. practical application. Also, indicate how your course validates that the trainee is capable of meeting the training outcomes detailed in OFPP Memo, Federal Acquisition Certification for Program and Project Managers, dated April 25, 2007 where it states "At this level, program and project managers should have, thorough training, experience, and other development activities" 5. Explain the data formats that would be used to evaluate transfer of learning and effect on VA's programs/projects. 6. Describe the data formats that will be used to deliver reports on level of certification training by participant, on demand reports of percent of completions, and tracking tools for follow-up evaluations of transfer of learning and action plan progress. 7. Responses should identify strategy to minimize travel and number of regions in which training is conducted and incorporate Federal holidays into the nine month period identified for training. 8. Please provide responses/recommendations for achieving objective 1 & 2 9. Provide questions in regards to this sources sought to the contact information listed below. Structure of Responses Contractors should respond to this RFI by e-mail only to Melissa Maloy or Kirstin Quinn. Limit response to a maximum of 20 pages. Also, please identify if your training services are on Federal Supply Schedule or other Multiple Award Schedule. Contact Information - The Point of Contact (POC) for this RFI is as follows: Ms. Melissa Maloy at Melissa.Maloy@va.gov or Ms. Kirstin Quinn at Kirstin.Quinn@va.gov Please submit electronic responses (via email) to the POC's above no later than 16 September 2009.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/AFMLOVASS/VASSMD/VA-798-09-RI-0089/listing.html)
 
Record
SN01942306-W 20090906/090905001846-7143d4769503c0dd1950c57badc212f0 (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.