Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 12, 2011 FBO #3548
MODIFICATION

R -- NGA Leadership Coaching - Revised Past Performance Questionnaire

Notice Date
8/10/2011
 
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
Revised (8/10/11) RFP Attachment 6 Past Performance Questionnaire I.General Instructions Amendment 07 Revises RFP Attachment 6 Past Performance Questionnaire to 1) correct missing title for Part II. F. Overall Satisfaction and 2) change CO from L. Mackin to S. Stallsmith in Part III Return Information. Amendment 06 Adds Attachment NGA LCP Amendment 05 Vendor Questions and Answers 1-8. 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
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/57260e258606f93eafa32093b592780a)
 
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
SN02529609-W 20110812/110811000218-57260e258606f93eafa32093b592780a (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.