Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 21, 2010 FBO #3100
SOLICITATION NOTICE

U -- Combined Synopsis/Solicitation for Board of Directors Team Coaching

Notice Date
5/19/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611430 — Professional and Management Development Training
 
Contracting Office
USACE ITL, GSL, EL, CHL, Vicksburg, 3909 HALLS FERRY ROAD, VICKSBURG, MS 39180-6199
 
ZIP Code
39180-6199
 
Solicitation Number
W81EWF01167688
 
Response Due
5/25/2010
 
Archive Date
7/24/2010
 
Point of Contact
Melissa Keen, 601-634-4880
 
E-Mail Address
USACE ITL, GSL, EL, CHL, Vicksburg
(melissa.a.keen@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared 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 combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in the notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This is a Request for Quotes (RFQ) and is 100% set aside for small businesses. The associated North American Industry Classification System (NAICS) code for the procurement is 611430 and the Small Business size standard is $7.0 Million. The US Army Corps of Engineers, Engineer Research and Development Center Contracting Office, has a requirement for Board of Directors Team Coaching. Requirements are as follows: Objectives The ERDC Geotechnical and Structures Laboratory (GSL) Board of Directors (BOD) consists of seven members and two executive staff officers. They are charged with the responsibility of implementing the vision for excellence for the organization and, therefore, it is essential that they work together as an effective, high- performance executive team. The foundation of a high-performing team is trust, and trust is built through awareness by team members of their impact on others, their shared expectations, and their honoring agreements among themselves and others. The GSL BOD needs executive team and individual coaching services in order to: "Create a baseline of the teams current functioning through self-awareness "Identify opportunities for growth and recommended actions to enhance communication and cooperation to increase team performance "Improve the level of competence of the executive team Scope The selected vendor will design a customized team and individual coaching regime including a blend of tailored assessments and monitoring to achieve the team and individual specific needs and desired outcomes. This will be accomplished through phone consultations and a minimum of two on-site sessions with the BOD and staff and will include personal interviews, instrumentation, or both. The selected vendor will derive an evaluation methodology and metrics to assess and monitor the success of the coaching regime. The intent of this contract is to provide team and individual coaching services for a one year period. Requirements The selected vendor must use assessment techniques including the Team Effectiveness Leadership Model (TELM), the Fundamental Interpersonal Relations Orientation-Behavior (FIRO-B), and the Myers-Briggs Type Indicator (MBTI). The selected vendor must also assist in the identification of one or more team development projects to use as a context to assess and monitor the effectiveness of the effort. The selected vendor will be responsible for providing all training materials. The selected vendor will be responsible for all travel arrangements and associated expenses. The selected vendor will provide resumes and/or curriculum vitae for all training personnel. In order to be selected, an applicant must: "Have previous experience working with Federal government, national, and international corporate and executive teams "Be proficient in the creation of innovative, experiential executive leadership and team- building programs "Be proficient in the use of the required assessment tools "Have had prior professional collaborations with prominent centers of excellence in leadership development (e.g., Center for Creative Leadership, etc.) using the three aforementioned assessment techniques. "Provide an overview, preferably with specific examples, of the proposed plan "Provide a detailed cost estimate of the project, which must reflect reasonable costs and expenses for the project. "Provide an estimated milestone schedule of the plan The following are objective standards that will be used to select the vendor: "Ability to perform the services in a manner suitable and consistent with the organizations requirements "Ability to perform the services in the time required Delivery Schedule Upon award of the contract, the vendor will have three working days to contact GSL to begin a review of pertinent information. Within seven working days of this task, the vendor will outline the project design and incorporate any changes or suggestions by GSL staff. Once project approval is obtained, the vendor will begin execution of the project. A summary report must be provided to the client no later than April 30, 2011. Period of Performance will be one year from the date of award. Government Furnished Information GSL will provide meeting space, audiovisual equipment, and minimal logistical support to include participant schedule coordination. GSL will provide materials describing organizational structure, goals, strategic vision, mission, etc.. The vendor will not own nor have permanent license for these materials at any time during or after the contracting process. Security Requirements The on-site phases of the project will be completed in Vicksburg, MS, and vicinity. There are no security requirements, either for vendor personnel or facilities for this project. However, vendor personnel will be required to provide proof of U.S. citizenship or, if vendor personnel are not U.S. citizens, they will be required to obtain visit request approval for gaining access to the client work site, by providing required documentation (i.e., work Visa, passport, etc.) thirty days prior to any on-site meetings. Place of Performance A minimum of two on-site phases of the project will be completed in Vicksburg, MS, and vicinity. Other meetings may take place via teleconference and/or videoteleconference. All interested firms must be registered in the Central Contractor Registration and Online Representations and Certification Application. The Government will evaluate offers on best value and will award a contract resulting from this synopsis/solicitation to the responsible offeror whose offer meets and/or exceeds the specifications herein. The following provisions apply to this acquisition: 52.212-1 Instructions to Offerors Commercial Items; 52.212-2 Evaluation Commercial Items; 52.212-3 Offeror Representations and Certification Commercial Items; 52.222-19 Child Labor Cooperation with Authorities and Remedies; 52.222-25 Affirmative Action Compliance; 252.225-7000 Buy American Act Balance of Payments Program Certificate; and 252.212-7000 Offeror Representations and Certifications Commercial Items. The following clauses apply to this acquisition and are hereby incorporated by reference: 52.212-4 Contract Terms and Conditions Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items; 52.222-3 Convict Labor; 52.233-3 Protest After Award; 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration; 52.247-34 FOB Destination; 52.252-2 Clauses Incorporated by Reference; 52.222-26 Equal Opportunity; 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36 Affirmative Action for Workers with Disabilities; 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-21 Prohibition of Segregated Facilities; 52.222-22 Previous Contracts and Compliance Reports; 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; 252.225-7001 Buy American Act and Balance of Payments Program; 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports; 252.225-7036 Buy American Act Free Trade Agreements Balance of Payments Program All offerors shall submit the following: 1) Signed Proposal and 2) A completed copy of the Provision at 52.212-3 Offeror Representations and Certifications Commercial Items and 252.212-7000 Offeror Representation and Certifications Commercial Items, which may be downloaded at www.arnet.gov/far. All quotes should be emailed to: melissa.a.keen@usace.army.mil no later than 11:00 am CDT 25 May 2010. Point of Contact: Melissa Keen, Contract Specialist, 601-634-4880.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/329/W81EWF01167688/listing.html)
 
Place of Performance
Address: USACE ITL, GSL, EL, CHL, Vicksburg 3909 HALLS FERRY ROAD, VICKSBURG MS
Zip Code: 39180-6199
 
Record
SN02154301-W 20100521/100519235053-930d6075bdd695c54449380902adf6ec (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.