Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 04, 2011 FBO #3540
MODIFICATION

R -- NGA Leadership Coaching - Attachments

Notice Date
8/2/2011
 
Notice Type
Modification/Amendment
 
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
HM017711R0025
 
Point of Contact
Scott L. Stallsmith, Phone: 571-557-2438, Judith A. Hart, Phone: 571-557-2429
 
E-Mail Address
Scott.L.Stallsmith@nga.mil, judith.a.hart@nga.mil
(Scott.L.Stallsmith@nga.mil, judith.a.hart@nga.mil)
 
Small Business Set-Aside
N/A
 
Description
RFP Att 8 Example Proposed Labor RatesWorksheet RFP Att 7 Offeror Representations and Certifications RFP Att 6 Past Performance Questionnaire RFP Att 5 NGA Instruction for Travel Management RFP Att 4 Quality Assurance Surveillance Plan RFP Att 3 DOD Contract Security Classification Specification RFP Att 2. Non-disclosure Agreement RFP Att 1 Performance Work Statement w/ Revised Appendix C Personnel Skills and Qualifications Matrix RFP Clauses RFP Solicitation I.General Instructions Amendment 05 (Changes in Bold) This Notice is issued to Solicit proposals to obtain contractor support services for the NGA Leadership Coaching Program (LCP) in accordance with the attached Revised Performance Work Statement (PWS) Appendix C Personnel Skills and Qualifications Matrix. The revisions consist solely of changes in the requirements of the Personnel Skills and Qualifications; these revisions and the below due date are the only changes to the earlier HM017711R0025 Solicitation and Amendments. Proposals shall be submitted to Scott.L.Stallsmith@nga.mil and to Judith Hart at Judith.A. hart@nga.mil no later than 23 August, 1000 hours EST. Any questions or requests for clarifications regarding the RFP must be submitted by email no later than 17 August, 1700 hours EST. to the Contracting Officer Scott.L.Stallsmith@nga.mil and to the Contract Specialist at Judith.A.Hart@nga.mil. All questions and requests for clarifications must identify the applicable RFP Section, page number and paragraph number for each question. All responses will be answered in writing and posted to the FedBizOpps website. Identity of the requesting organization will be withheld. Attachments: SF1449.pdf Solicitation RFP – HM0177-11-0025.doc RFP clauses PWS.pdf (RFP Att. 1) Performance Work Statement Nondisclosure.pdf Non-disclosure Agreement Quality.pdf Quality Assurance Surveillance Plan Security.pdf DOD Contract Security Classification Specification Travel.pdf NGA Instruction for Travel Management PPQ.doc Past Performance Questionnaire Clause 52.212-3.doc Offeror Representations and Certifications Labor Categories Worksheet.doc Example Proposed Labor Rates Worksheet This is a combined synopsis/solicitation for commercial services 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 solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-51. The National Geospatial-Intelligence Agency (NGA) Leadership Coaching Program (LCP) has a requirement for contractor support to provide the LCP management team with staff assistance and a cadre of certified, professionally trained, and TS/SCI-level cleared executive coaches to work in partnership with NGA’s Human Development Recruitment Services Career Development Division (HDRC). The overarching goal of the LCP is to support the mission through enhanced leadership effectiveness. This requirement is solicited as a Full and Open Competition and competed solely through the Government Point of Entry (www.fbo.gov). The associated contract clauses and Performance Work Statement are included with this synopsis/solicitation. Award will be made to the Offeror whose proposal is determined to provide the best value to the Government. The Government may select other than the lowest proposed cost/price proposal or other than the highest technically rated proposal. The Government may select a superior technical/management offer if it is determined that the additional merit offered is worth the additional cost in relation to the other proposals received. All vendors interested in submitting a proposal for consideration should do so, prior to the solicitation closing date, in the form of an email, to the Points of Contact listed in this solicitation. All submissions should be in accordance with the stipulations set forth below: •The proposal shall be clear and concise and include sufficient detail for effective evaluation. The Offeror should not simply rephrase or restate the Government’s requirements, but rather shall provide convincing rationale to address how the Offeror intends to meet these requirements. The Offeror should assume the Government has no prior knowledge of its capabilities and experience, and the Government will base its evaluation on the information presented in the Offeror’s proposal. •Elaborate brochures or documentation, binding, detailed artwork, or other embellishments are unnecessary and are not desired. •The proposal package must be received by the date and time specified in Block 8 on Page 1 of this RFP. Submissions should not contain attachments greater than 5MB in size. Larger documents may be sent in more than one attachment. Contracting Office Address: Attn: ACH/MS S84-ACH 7500 GEOINT DRIVE Springfield,VA 22150 Primary Point of Contact: Lora Mackin at lora.l.mackin@nga.mil Secondary Point of Contact: Judith Hart at hartj@nga.mil NGA Website: www.NGA.mil Added: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][added_on]" value="2011-05-27 12:46:15">May 27, 2011 12:46 pm Modified: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][modified_on]" value="2011-08-02 12:37:12">Aug 02, 2011 12:37 pm Track Changes Amendment 4. This provides information which is additional to previous Amendments. 1.Attachment SF 1449 Changes.pdf is provided to a.change Contracting Officer and Due Date: All sections of the proposal shall be sent by email to the Contracting Officer (CO) at Scott.L.Stallsmith@nga.mil and to the Contract Specialist at Judith.A.Hart@nga.mil by 1600 hours EST, Tuesday, 7 June 2011 (see SF 1449 Revised page 36). b.change Direct Personal Productive Hour basis from 1860 to 1848 hours. (see SF 1449 Revised page 5). c.change Attention line for Service of Protest to read ATTN: AC/ACH/Mail Stop S84-ACH (Mr. S. Stallsmith). (see SF 1449 Revised page 34). 2. Attachment PWS 9 May Revised 27 May.pdf replaces all previous PWS versions to a.Revise Government estimates for Paragraph 5 Workload Estimates are 1) approximately 462 hours per year from an experienced program manager, 2) approximately 1800 hours per year from a Cadre of Certified, Cleared (TS/SCI) Leadership Coaches, and 3) approximately 924 hours per year for a Program Coordinator b.Restore Appendix B Data Item B004 to original for Quarterly Program Management Reviews. 3. PWS Attachment 8 is revised to contain only 1 fill-in column which is titled "Labor Rate". Question 10 (Q10). FebBiz on 5/24/11 indicated replacement pages for 36, 48, 49, 53, and 54 were to be provided. We are only able to find replacement page for 36. Will the others be posted as Amendment 3? Answer 10 (A10). Replacement pages dated 19 May for 36, 48, 49, 53, and 54 were provided in Amendment 2 in Attachment changes.pdf. Then, only page 36 was revised again and was attached to Amendment 3 dated 24 May 11. Q11. PWS, pages 1-6, paragraphs 1.2 Leadership Coaching within NGA, page 2 How many leaders do you anticipate will receive coaching during a contract year? A11. Approximate hours (Paragraph 5 Workload Estimates in PWS) describes the level of effort anticipated, capturing the number of leaders expected to receive coaching. Q12. Please describe course objectives for the NGA courses that integrate coaching: Dynamics of Strategic Leadership (DSL) and Leading Culture by Design (LCBD). A12. DSL-participants have the opportunity to further develop the knowledge, skills and attitude that will help them successfully lead in the NGA next and after next environment. LCBD-senior executives explore values, actions and behaviors and how they shape organizational culture Q13. What are the prerequisites or selection process for participation in the Dynamics of Strategic Leadership and Leading Culture by Design courses? A13. All attendees must be nominated by their key component Q14. PWS, pages 1-6, paragraph 3.2.2 HD Sponsored Leadership Coaching, page 5 What is the current typical frequency and duration of a coaching engagement at NGA? A14. For proposal purposes, the level of effort anticipated covers the frequency and duration of a coaching engagement at NGA. Q15.What is the protocol for referring clients for coaching? What are some reason(s) NGA leaders are referred for coaching? A15. There is no formal protocol in place. Leadership coaching is strategically planned and offers are made to seniors and graduates of leadership curriculum. Individual requests are reviewed based on the identified goals and expected Q16. PWS, pages 7-13, paragraph 3.2.6 Leadership Coaching Program Metrics, page 7 Please describe NGA competencies for first-line leaders? A.16 Paragraph 3.2.6 doesn't mention anything about competencies for first-line leaders. Also, to be called a leader doesn't mean the employee is in a position based supervisory assignment Q18.PWS, Page 15, CDRL Item B004 is listed as Transition and Implementation Plan, which duplicates B002 on the same page. In the separate Appendix B, page 2, Item B004 is Quarterly Program Management Reviews and references PWS 4.1 which has nothing to do with Reviews. Will you please confirm that Quarterly Program Management Reviews are or are not a deliverable, and amend the PWS for clarity? A18. CDRL B004 should be the Quarterly Program Management Review, and should reference PWS 3.2.6. In Amendment 3, CDRL B004 inadvertently duplicated CDRL B002. The Quarterly Program Management Reviews are the correct B004 deliverables. Q19. PWS, Page 14, CDRL Item B001 references three items: "the white paper", "NGA's Leadership Coaching Program Initiatives" and PWS section 3.1; however PWS 3.1 makes no mention of a white paper or the term NGA Leadership Coaching Program Initiatives. The "white paper" is to be delivered to the Government Leadership Coaching Program Manager and Quarterly updates are to be provided. And PWS 3.1, page 3, 3rd paragraph refers to a "Corporate Culture of Coaching strategy document", while the first bullet just below it references NGA's Leadership Coaching Culture Strategy document. *Are these four separate terms intended to represent the same single document or are there multiple documents or plans? *Will NGA please clarify or amend the PWS and CDRL so that each of these terms is defined and consistently used and so that the deliverables and expectations are clear? A19. There is only one document required by CDRL B001 titled "NGA Leadership Coaching Culture Strategy"; in the description we list this as a type of white paper. The NGA Leadership Coaching Culture Strategy is listed in PWS 3.1. Q20. The "Corporate Culture Strategy" that is described in the third paragraph of PWS 3.1 is referenced in CDRL B002, this is noted in the last bullet under PWS 3.1, this is separate from the NGA Leadership Coaching Culture Strategy. *PWS, Page 5, under bullet "For both HD-Sponsored and KC client customized the Contractor shall... the 4th sub-bullet reads: *"Develop LC Partner Agreements and associated proposals of services including services description, estimated cost, duration and other things deemed appropriate for KC sponsored clients." *Is this fourth bullet only for KC sponsored clients, or for both HD-Sponsored and KC client customized services per the header bullet? *Are these additional proposals and costs to be based on rates we will have already provided in Attachment 8- Labor Categories Worksheet, or on some other basis, e.g. on a case by case basis given that different types of services may require different capabilities, expertise and rates? *Furthermore, will this additional work be FFP, FFP/LOET or some other rate/contract and under which CLIN should they be submitted? A20. The fourth bullet under PWS 3.2.4 is for both HD and KC sponsored client customized services (HD is a KC within NGA). CDRL B008 is broken out into an "A" and "B" section, describing the deliverables that are necessary for both KC and HD sponsored services. Any CLIN 0003, 0103, 0203 and 0303 KC-sponsored additional work and prices will be FFP/LOET based on rates vendor will have already provided in proposal's Attachment 8 (Revised) - Labor Categories Worksheet. Q21. RFP SF 1449, Pages 2, 3 and 4, CLINs 0003, 0103, 0203, 0303. *Are we to provide for each CLIN on pages 2, 3 and 4 a labor rate for each Labor category, aligned with Attachment 8, or are the rates we provide in Attachment 8 sufficient documentation? *Should we assume NGA is only looking for labor rates per hour for these CLINs? *Will NGA please provide Word versions of its PDF documents SF1449, the final RFP, final amended PWS, and other attachments that will be submitted? A21. Labor rates only requested for FFP/LOET CLINS 0003, 0103, etc. Attachment 8 (Revised) should cover the Base year plus Option Years 1-3, this form should be filled out in its entirety. You will list proposed labor categories in Attachment 8. Q22. For total clarity, will NGA please provide a complete list of which services and hours are to be included in the pricing and Basis of Estimate for each CLIN? A22. Please see PWS paragraph 5 for a complete detailed listing of the workload requirements by labor category. Q23. Is NGA seeking a single total $ amount for each CLIN? Or multiple totals for each CLIN based on multiple labor categories? A23. Each set of three CLINs (e.g. 001,002,003 is base year) represents the base or an option year under the contract. Please provide a total $ for each CLIN. Also, Attachment 8 (Revised) should provide a cost breakout by labor category by year. Q24. When does NGA intend to have written discussions, hold oral discussions if required, and award this contract, barring unforeseen delays? A24. TBD. Q25. Tiered hourly coaching rates are common across the coaching industry, used so that the level of coaching expertise can be matched to the level of the leader or type of service provided, e.g. group/team coaching, OD initiatives, succession, advanced assessments, etc. Will NGA accept multiple coaching hourly labor rates to align the right level of coach with the right level of coaching clients or services? If so, where and how would NGA prefer the tiered rates to be displayed? A25. Labor rates only requested for FFP/LOET CLINS 0003, 0103, etc., and are suggested to follow example in Attachment 8 (Revised), covering the Base year plus Option Years 1-3, this form should be filled out in its entirety. You will list proposed labor categories in Attachment 8. Added: <input type="hidden" name="dnf_class_values[procurement_notice][description][2][added_on]" value="2011-06-02 15:03:18">Jun 02, 2011 3:03 pm Modified: <input type="hidden" name="dnf_class_values[procurement_notice][description][2][modified_on]" value="2011-08-02 12:37:12">Aug 02, 2011 12:37 pm Track Changes This Addition is to 1. Change Proposal Due Date to Noon EST, Friday, 10 June 2011 (see SF 1449 Page 36 Revised 2 Jun 11.pdf ), and 2. Answer questions received by email: Q26. The 27 May Addition to HM017711R0025 reduced estimated annual workload hours for the Program Manager by 2/3rds to 462 hours. Can you confirm that even with this reduction in hours the Strategic Program Management and Operational Program Management requirements remain the same? A26. The requirements remain the same. However, the government Leadership Coaching Program Manager will take on a larger role and the contractor will work in conjunction with the government Program Manager who will prioritized the contractor’s supporting work. Q27. Is the Quality Control Plan (requested as part of the technical proposal, page 38 of the RFP) included in the 3 page limit? A27. Yes, Quality Control Plan and Metrics and Reporting Plan have 3 page limits (see SF1449 Page 36 Revised 2 Jun 11).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/5bb4d537fb5bd850448791102c53f613)
 
Place of Performance
Address: Several NGA sites Primarily NGA St Louis, MO and NGA, 7500 GEOINT Drive, Springfield, Virginia, 22150, United States
Zip Code: 22150
 
Record
SN02519074-W 20110804/110802235657-5bb4d537fb5bd850448791102c53f613 (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.