Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 15, 2010 FBO #3064
SOLICITATION NOTICE

U -- Executive Coaching/Leadership Training - STATEMENT OF WORK

Notice Date
4/13/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611710 — Educational Support Services
 
Contracting Office
Department of Justice, Federal Bureau of Investigation, Engineering Contracts Unit/PPMS, FBI Engineering Research Facility, Building 27958A, Room A-263, Quantico, Virginia, 22135
 
ZIP Code
22135
 
Solicitation Number
RFQ0232560A
 
Archive Date
6/30/2010
 
Point of Contact
Renee L. Braun, Phone: 540-868-4801, Renee L. Braun, Phone: 540-868-4801
 
E-Mail Address
renee.braun@ic.fbi.gov, renee.braun@ic.fbi.gov
(renee.braun@ic.fbi.gov, renee.braun@ic.fbi.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Statement of Work This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, in conjunction with FAR 13.5, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotes are being requested and a written solicitation will not be issued. The Federal Bureau of Investigation intends to award a firm-fixed price contract under Request for Quote (RFQ) 0232560A. The North American Industrial Classification System number is 611710, with a small business size standard of $7.0M. This solicitation is being issued as a total small business set-aside. The Federal Bureau of Investigation is seeking a professional management and leadership firm to develop and facilitate a formalized program of executive coaching that will strengthen skills necessary to maximize leadership potential of selected professional support staff. The overall objective of the program is to ensure an educated workforce/managerial style for future succession planning and retention for the respective Division. A formalized program of executive coaching will address and strengthen skills necessary to maximize leadership potential. The Contractor shall submit a quote for the program as described in the below-listed description and the attached Statement of Work (SOW). The FBI intends to award a firm-fixed price contract/purchase order for the five tasks listed in the attached SOW. Contractors will describe how they plan to integrate their professional curriculums into the mission of the Federal Bureau of Investigation. * Quotes will be evaluated on a Best Value basis in accordance with the following technical factors: 1. Technical Expertise: The offeror shall illustrate in-depth knowledge of agency policies and procedures, and organizational structure. 2. Experience: The offeror's background will be evaluated based on previous (prior years) experience. Individual resumes shall also be evaluated to determine the qualifications on the company as a whole. Facilitators shall have at least three years of experience in performing the required scope of work. 3. Continuity of Interaction: The offeror shall illustrate an approach utilizing one/two individuals vs. a team approach. 4. Past Performance: The offeror's past performance with all projects relevant to the defines scope of work shall be evaluated. 5. Price: The quote shall be evaluated to determine fairness and reasonableness. Offer/Proposal Submission: There is no specific format required for submittal as this is considered a commercial item under FAR Part 13. Offerors shall provide ample information to support the evaluation criteria listed above, to include resumes and documentation outlining experience and education. Provide certification of, at a minimum a "SECRET " Security Clearance. A proposed training agenda corresponding to the SOW is encouraged but not required. This will be a fixed price contract - based on the tasks listed in the attached Statement of Work (SOW). All incidentals, books and travel shall be included in the overall proposal pricing. No additional fees will be reimbursed. All quotes shall be submitted to the attention of Ms. Renee L. Braun, Contracting Officer, Federal Bureau of Investigation, Operational Support Contracts Unit, ICRC / RMD, Winchester, Virginia 22602 by 4PM, EST, 04/29/2010. All questions shall be submitted to the attention of Renee L. Braun @ renee.braun@ic.fbi.gov by 4:00PM EST on April 19, 2010. NO ADDITIONAL QUESTIONS WILL BE ACCEPTED AFTER THIS DATE. Reponses to respective questions will be posted on the FEDBIZOPPS website. No fax submittals shall be accepted for Questions and Answers or Proposals/Offers. Full text clauses and provisions can be obtained at the following website http://www.acqnet.gov. FAR Provision 52.212-1, Instructions to Offerors - Commercial Items (Jun 2008); FAR 52.212-4 Contract Terms and Conditions - Commercial Items (Mar 2009) are incorporated. FAR 52.212-2 (a) is included. Addendum to 52.212-2 (a) - Award will be based on the Best Value to the Government. The evaluation of this RFQ will be in accordance with Part 12, 13 and 15 of the FAR. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (Nov 2006); Subsection (a), (b) 1, 2, 8, 10, 12, 19, 20, 21, 22, 23, 24, 25, 26, and 39. All offerors must submit FAR 52.212-3 - Offeror Representations and Certifications - Commercial Items (Aug 2009) or be registered at https://orca.bpn.gov. The following factors shall be used to evaluate offers: Technical Expertise, Experience, Continuity of Interaction, Past Performance and Price. Technical and Past Performance are more important than price. A minimum of three Past Performance references must be submitted with your offer. Please include a phone # and Point of Contract for each reference. The references must be for services rendered for a similar type of project. Any vendor not having government experience shall be rated as "Neutral." Offers must acquaint themselves with the new regulations concerning Commercial Item Acquisitions contained in FAR Part 12 and must ensure that all representations and certifications are executed and returned as required in this synopsis/solicitation. Full text of the FAR clauses can be found at: http://www.arnet.gov/far.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/FBI/PPMS2/RFQ0232560A/listing.html)
 
Place of Performance
Address: Federal Bureau of Investigations, 935 Pennsylvania Avenue, Washington, District of Columbia, 20535, United States
Zip Code: 20535
 
Record
SN02120534-W 20100415/100413235112-7bad9205a24728c85e9b49fe05daa735 (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.