Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 16, 2009 FBO #2853
MODIFICATION

R -- USAF MEO/EEO Management Tool

Notice Date
9/14/2009
 
Notice Type
Modification/Amendment
 
NAICS
541612 — Human Resources Consulting Services
 
Contracting Office
Department of the Air Force, Direct Reporting Unit - Air Force District of Washington, Acquisition Division AFDW/A7K, 2822 Doherty Dr. SW Suite 310, Bldg 94, PSC 341, Anacostia Annex, District of Columbia, 20373, United States
 
ZIP Code
20373
 
Solicitation Number
FA7014-09-RFP-201
 
Archive Date
10/3/2009
 
Point of Contact
Willie J Haney, Phone: (202) 404-1222, Talena L Edwards, Phone: 202-767-7935
 
E-Mail Address
willie.haney@afncr.af.mil, talena.edwards.ctr@afncr.af.mil
(willie.haney@afncr.af.mil, talena.edwards.ctr@afncr.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
COMBINED SYNOPSIS/SOLICITATION (i) This is a combined synopsis/solicitation for commercial items in accordance with the format in Subpart 12.6, 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. This is a 100% small business set-aside. The Request for Proposals (RFP) is for a Firm Fixed Price contract to provide the Chief of Staff (CSAF) and the U.S. Air Force Equal Opportunity Office with coaching/facilitation services related to diversity processes and communications initiatives. The contract will require contractor to coach and facilitate workforce diversity, including helping the Air Force identify, attract, and retain the most talented and diverse workforce. (ii) Submit written quotes on RFQ number FA7014-09-RFP201. (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-36. (iv) This procurement is 100% small business set-aside. The associated NAICS code is 541612. The small business size standard is $7 million. (v) This combined solicitation/synopsis is to purchase the following commercial services: The contractor shall provide the Chief of Staff (CSAF) and the U.S. Air Force Equal Opportunity Office with coaching/facilitation services related to diversity processes and communications initiatives. The contract will require contractor to coach and facilitate workforce diversity, including helping the Air Force identify, attract, and retain the most talented and diverse workforce. The offeror's proposed PWS must articulate how the offeror intends to complete the tasks required for their approach. The period of performance will be 365 calendar days from the date of award. PRICE SCHEDULE - USAF MEO/EEO MANAGEMENT TOOL IN SUPPORT OF AIR FORCE DEVELOPMENT SCHEDULE: Potential contractors shall propose prices based on the requirements in this Statement of Objectives (SOO). Proposed prices shall include a lump sum price for the entire 12 month period. This requirement is for only one year; no options are included. The proposed price schedule must address the following headings: CLIN; ITEM DESCRIPTION; QTY; UNIT PRICE; EXTENDED AMOUNT (EXAMPLE: CLIN 0001, Coaching/Facilitation Services; Qty 1 Year; Unit Price $300,000 Extended Amt $300,000; Complete proposals shall be submitted to Mr. Willie Haney (email: willie.haney@afncr.af.mil ), AFDW/A7KH, Acquisition Division, 2822 Doherty Dr. SW, Suite 310 PSC Box 341, Anacostia Annex DC 20373-5810, no later than the date and time set forth in the RFP. Oral quotes are not acceptable. Electronic (email only) responses are acceptable and must be sent to willie.haney@afncr.af.mil. Responses to this notice are due NLT 5:00 PM (EST) 18 Sep 2009. (vi) Full description of requirement as follows:STATEMENT OF OBJECTIVE (SOO) FOR AIR FORCE DIVERSITY SUPPORT (FORMERLY MEO/EOO MANAGEMENT TOOL) IN SUPPORT OF AIR FORCE DEVELOPMENT INITIATIVES (REVISED 14 SEP 2009) 1. Purpose: The purpose of this contract is to provide the U.S. Air Force Diversity Operations Office with consulting, coaching, and facilitation services related to diversity, especially processes and communications initiatives. The contract will require contractor to leverage high level (e.g., leadership team) global diversity experience to assist the Air Force in establishing its diversity strategy, understanding the current diversity climate, coaching senior leaders (as needed) to improve the culture and facilitating workforce diversity. This consulting, coaching and facilitation work will focus on topics from helping the Air Force identify, attract, and retain the most talented and diverse workforce to promoting a culture change within the Air Force to refocus diversity beyond traditional efforts. The offeror's proposed PWS must articulate how the offeror intends to complete the tasks required for their approach, the offeror's credentials - especially the experience on the team working at the executive level in global diversity, and past experience leading diversity efforts of similar scope and size (the Air Force currently has members located around the world and has approximately 500,000 full- and part-time employees). 2. Description of Services: The contractor shall provide all personnel, equipment, transportation and other items and services necessary to meet the requirements (e.g., coaching, advising and facilitating workforce diversity efforts) as defined in this SOO. 2.1. The first requirement includes coaching / facilitation and will be divided into two phases: (1) Due Diligence, Process Intake and Verification / Adjustment and (2) On-Site coaching and facilitation with appropriate personnel. Contractor tasks for this requirement include, but are not limited to the following: Phase I - Due Diligence: Interview Chief of Staff of the Air Force (CSAF), Assistant Secretary of the Air Force for Manpower and Reserve Affairs, Deputy Chief of Staff for Manpower and Personnel (AF/A1), Director of Force Development, Diversity Champions (6 Airmen at the general officer or senior executive service level), and Division Chief Air Force Diversity Operations Office (AF/A1DV) to discuss key issues critical to diversity and establish a current baseline of diversity programming and challenges. Phase II - Initiative Facilitation: Coach Leadership and facilitate efforts to execute Workforce Diversity that augments and enhances current diversity efforts over a one year period commencing with the award date of this contract through a period of one year. 2.2. The second requirement for this effort includes consulting with the Air Force and advising the Air Force as it develops a strategic plan for increasing diversity and works to change the Air Force culture to value diversity in a new way, a way that furthers traditional measures and moves beyond them. Likely this will involve a culture change, so the offeror will be key in helping to design a strategy - including the change management strategy -- that helps the Air Force move toward a more diverse workforce. The consulting services provided should leverage industry and public sector best practices in diversity. The offeror should have extensive experience in the field of diversity and inclusion. This experience should be beyond traditional measures such as race, ethnicity and gender. Other experiences might include work on generational diversity and/or inclusion. 3. Period and Place of Performance. 3.1. Period. The contractor shall be required to complete the contract within 12 months (365 calendar days) from the contract award date. Anticipated performance period: 29 Sep 2009 thru 28 Sep 2010 3.2. Place of Performance. The contractor is not restricted to a particular location for research and analysis. However, a majority of the corporate knowledge to perform this contract resides in the Washington, DC metropolitan area. 3.3. Schedule. Specific dates have not been established for due diligence interviews. 4. Performance Objectives: The U.S. Air Force Diversity Operations Office requires Subject Matter Expertise in the diversity field to provide sound advice and guidance which will enable the Air Force to meet its goal to recruit, promote, and retain a capable, diverse workforce in the "war for talent". Further, the Subject Matter Expert (SME) is required to ensure the Air Force's Diversity Program leverages industry best practices and is structured properly to ensure mission accomplishment. Also, SME is required to provide executive level training and consulting for senior Air Force leadership who are the champions of diversity for the U.S. Air Force. The mission of the U.S. Air Force Diversity Operations Office draws from and contributes to a number of related functional areas; some aspects of which have a direct impact on workforce diversity. It is imperative for the U.S. Air Force Diversity Operations Office to establish a solid foundation and leverage best practices (from private and/or public sector enterprises) to accomplish the Air Force's Workforce Diversity vision. 4.1. SOO Conversion. As part of the Request for Proposal (RFP) process, contractor shall convert this Statement of Objectives (SOO) into an appropriate Performance Work Statement (PWS) and further define specific tasks contractor proposes to perform in order to meet specified objectives of the Workforce Diversity Program. 4.2. Deliverables: The contractor will provide the following deliverables as described in the SOO: 4.2.1. Due diligence interviews; 4.2.1.1. Proposed interview objectives and/or questions 4.2.1.2. Summary of individual interviews 4.2.1.3. Written report summarizing key points from interviews and providing constructive way(s) ahead. 4.2.2. A minimum of eight (8) days of directed coaching designed to further 4.2.2.1. Executive commitment to diversity 4.2.2.2. Development and acceptance of the AF Diversity Strategic Plan, 4.2.2.3. Culture change within the Air Force which results in a More diverse workplace, 4.2.2.4. Training/education of Air Force leaders to build their awareness and acceptance of diversity and/or 4.2.2.5. Air Force understanding of best practices in diversity and inclusion 4.2.3. Other communication and support as needed throughout the year. Products should be in standard Microsoft Office products. Draft products shall be provided to the government on a schedule mutually agreeable by the contractor and government. Government shall provide comments/feedback within 10 working days. Final products shall be delivered approximately 10 days after receipt of government feedback. 5. General Information. 5.1. Contractor Management. The contractor or designated alternates shall provide a full-time contract manager who shall be responsible for the performance of the contract. The name of this person, and an alternate or alternates, who shall act for the contractor when the manager is absent, shall be designated in writing to the contracting officer. The contract manager or alternate shall have full authority to act for the contractor on all contract matters relating to daily operation of this contract. The contract manager or alternate shall be available during business hours to meet with government personnel designated by the contracting officer to discuss problem areas. 6. Government-Furnished Items and Services. 6.1. The government will provide a single point of contact to facilitate the implementation and execution of the contract. 6.2. The government will provide access to current diversity policies, initiatives, and data. 6.3. Except for those items or services specifically stated as government-furnished or government-reimbursed, the contractor shall furnish all items and services to meet the requirements of this SOO. This may include, but is not limited to, the following. 6.3.1. Computers. The contractor will furnish their own computer systems. The contractor computers will not be allowed access to the Government's Non-secure Internet Protocol Router (NIPR) Network. 6.3.2. Internet Service. The contractor will furnish their own internet access, if required, which does not interfere with the Government's NIPR system. 7. Security Requirements. All personnel employed by the contractor in the performance of this contract, or any representative of the contractor entering the government installation, shall abide by all security regulations of the installation. Contractor shall NOT be required to have access to any classified material. Contractor shall provide all employees with information regarding base regulations and policies. The contractor shall sign an agreement stipulating the security requirements of this contract. 8. Base Access. The contractor shall obtain personal identification passes for all employees and vehicle passes for all contractor and personal vehicles requiring entry onto the Government facility in accordance with contract clauses and U. S. Government procedures. An updated listing shall be provided when an employee's status or information changes. 8.1. Physical Security. The contractor shall be responsible for safeguarding all government property provided for contractor use. At the end of each work day, all government equipment and materials shall be secured as appropriate. The physical security of classified documents and information will be secured in accordance with appropriate DoD and Air Force regulations. 8.2. Conduct. All individuals employed by the contractor in the performance of this contract or any representative of the contractor entering the Government facility shall abide by all security regulations applicable to this contract. The government reserves the right to direct the removal of an employee. These actions do not relieve the contractor from total performance of the contract task specified herein. The authorized Government representative will request immediate removal and termination through the Contracting Officer for the following violations: • Theft • Misconduct (abusive behavior) • Alcohol or drug abuse • Sexual / Racial misconduct • Harassment • Mishandling of classified information/security violations 9. Quality Assurance. 9.1. The contractor shall be responsible for quality assurance for all work accomplished during the performance of the task. All work shall be accomplished using the best commercial practices. The contractor shall develop and maintain an effective quality control program to ensure services are performed in accordance with this PWS. The contractor shall develop and implement procedures to identify, prevent, and ensure non-recurrence of defective services. The contractor's quality control program is the means by which the contractor assures that all work performed complies with the requirements of the contract. Contractor shall provide and maintain a Quality Control Plan (QCP) which ensures the requirements in this PWS are met. The QCP shall be included in the proposal for evaluation and acceptance. 9.2. Program Management and Control Requirements. Technical management is the responsibility of HQUSAF/A1Q and/or office designated as primary OPR. 10. Security. The requirement is unclassified. (vii). Period and Place of Performance. a. Period. The contractor shall be required to complete the contract within 12 months (365 calendar days) from the contract award date. Anticipated performance period. b. Place of Performance. The contractor is not restricted to a particular location for research and analysis. However, a majority of the corporate knowledge to perform this contract resides in the Washington, DC metropolitan area. c. Schedule. Specific dates have not been established for due diligence interviews. (viii). The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. (ix). The full text clause at 52.212-2, Evaluation Commercial Items Jan 1999), is applicable to this solicitation: (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. h. Quality Assurance. (1). The contractor shall be responsible for quality assurance for all work accomplished during the performance of the task. All work shall be accomplished using the best commercial practices. The contractor shall develop and maintain an effective quality control program to ensure services are performed in accordance with this PWS. The contractor shall develop and implement procedures to identify, prevent, and ensure non-recurrence of defective services. The contractor's quality control program is the means by which the contractor assures that all work performed complies with the requirements of the contract. Contractor shall provide and maintain a Quality Control Plan (QCP) which ensures the requirements in this PWS are met. The QCP shall be included in the proposal for evaluation and acceptance. (2). Program Management and Control Requirements. Technical management is the responsibility of HQ USAF/A1Q and/or office designated as primary OPR. i. Security. The requirement is unclassified (vii). Period and Place of Performance. a. Period. The contractor shall be required to complete the contract within 12 months (365 calendar days) from the contract award date. Anticipated performance period: 29 Sep 2009 thru 28 Sep 2010. b. Place of Performance. The contractor is not restricted to a particular location for research and analysis. However, a majority of the corporate knowledge to perform this contract resides in the Washington, DC metropolitan area. c. Schedule. Specific dates have not been established for due diligence interviews. (viii). The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. (ix). The full text clause at 52.212-2, Evaluation Commercial Items Jan 1999), is applicable to this solicitation: (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: (1). Technical - the capability of the services being offered to satisfy the requirements of the Performance Work Statement (PWS). The offeror shall provide with his/her offer sufficient documentation, specifically addressing paragraph 2 (Description of Services). The accompanying documentation must be adequate to enable the Government to reasonably evaluate offeror's ability to successfully perform the requirements of the PWS. The Government shall evaluate offeror's total proposal for evidence of offeror's demonstrated understanding of both the specific tasks and substantive issues included in the PWS, including how offeror has demonstrated his/her ability to provide coaching/facilitation services related to diversity processes and communications initiatives. (2). Lowest price technically acceptable (LPTA). (a) An award will be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors. (b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision (x). The offeror must submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (Nov 2007), with this quote. (xi). The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items (Feb 2007), applies to this acquisition. (xii). The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (April 2008) applies to this acquisition. The following additional FAR clauses cited in the clause are applicable to this acquisition: (xiii). The following additional contract clauses are applicable to this solicitation/contract: 52.219-6 Notice of Total Small Business Set-Aside (Jun 2003) (15 U.S.C. 644) 52.222-3 Convict Labor (Jun 2003) 52.222-19 Child Labor (Feb 2008) 52.222-21 Prohibition of Segregated Facilities (Feb 1999) 52.222-26 Equal Opportunity (Mar 2007) 52.222-35 Equal Opportunity for Special Disabled Veterans, Veteran of the Vietnam Era, and other Eligible Veterans (Sep 2006) 52.222-36 Affirmative Actions for Workers with Disabilities (Jun 1998) 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and other eligible Veterans (Sep 2006) 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004) 52.222-41 Service Contract Act of 1965, as Amended (Jul 2005), flow down required for all subcontracts subject to the Service Contract Act of 1965 52.222-42 Statement of Equivalent Rates for Federal Hires 52.222-43 Fair Labor Standards Act and Service contract Act-Price Adjustment (Multiple Year and Option Contracts) 52.222-44 Fair Labor Standards Act and Service Contract Act-Price Adjustment 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFDW/11CONS/FA7014-09-RFP-201/listing.html)
 
Place of Performance
Address: AF/A1Q, Washington, District of Columbia, 20032, United States
Zip Code: 20032
 
Record
SN01952917-W 20090916/090914235743-9ee0e043a2f29c841297b837fffdddd3 (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.