Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 14, 2012 FBO #3703
SOLICITATION NOTICE

R -- Management Consultant/Leadership Speaker.

Notice Date
1/12/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541618 — Other Management Consulting Services
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Office of Oceanic and Atmospheric Research, 1315 East-West Highway, Silver Spring, Maryland, 20910
 
ZIP Code
20910
 
Solicitation Number
NRMA00001201817PMF
 
Archive Date
2/11/2012
 
Point of Contact
Patricia McBride-Finneran, Phone: 301-734-1239
 
E-Mail Address
patricia.mcbride-finneran@noaa.gov
(patricia.mcbride-finneran@noaa.gov)
 
Small Business Set-Aside
N/A
 
Description
COMBINED SYNOPSIS/SOLICITATION Scientific Support Services (I) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice and in accordance with the simplified acquisition procedures authorized in FAR Part 13. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (II) This solicitation is issued as a request for quotation (RFQ). Submit written quotes on RFQ Number NRMA00001201817PMF. (III) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular- Includes Amendments from FAC 2005-55, effective on January 3, 2012. (IV) This procurement is unrestricted and open to all sources. The associated NAICS code is 541618. The small business size standard is $6.5. (V) This combined solicitation/synopsis is for purchase of the following commercial item(s)/services: CLIN 00001: Management Consultant/Leadership Speaker. (VI) Description of requirements is as follows: CLIN 00001: Management Consultant/Leadership Speaker National Oceanic Atmospheric Administration’s (NOAA) Office of Oceanic and Atmospheric Research (OAR) LEAP Training/Management Conference I. Introduction The Contractor shall provide the identified services in support of a training conference for the National Oceanic Atmospheric Administration’s (NOAA), Office of Oceanic and Atmospheric Research (OAR), Leadership Effectiveness & Advancement Program (LEAP). The LEAP Training Conference is a quarterly meeting of NOAA personnel enrolled in the Leadership Effectiveness and Advancement Program ( LEAP ) designed to examine, in a collegial setting, the theory, techniques, and tools of effective management and leadership, especially as they pertain to the organization’s functional processes (budgets, finance, human resources), to review and analyze common cross-cutting problems/issues effecting, and to improve methods of applying leadership that can make the work environment more productive. This conference will address the following topics: executorship (getting results), entrepreneurialism (risk-taking), ethical behavior (applying rules and regulations), and emotional intelligence (building productive relationships). These conferences, when conducted by other agencies, have demonstrated that they enable the organization to improve its delivery of high quality products and services. II. Statement of Work It is desired to procure services as specified. Services to be procured include: Contractor shall provide a motivational speaker for an estimate of 45 attendees from the Office of Oceanic and Atmospheric Research (OAR). The speaker shall be available for one full day as agreed during the conference schedule dates of February 28, 2012 through March 2, 2012. The Leadership Conference should be engaging, interactive, include well-respected and inspirational speaker(s), and include streams by which attendees can select particular break-out sessions. A. Task Specific The Contractor shall: · Created and present a unique model of translating mountaineering tools, techniques, and experiences into a method of teaching leadership. · Include a self designed set of experiential exercises as part of student participation. · Provide a draft agenda, including identification of speakers (if applicable), workshops and other conference components, to the Program Office for review and comment prior to finalization no later than business days after contract/purchase order award and a final agenda within 3 days before the conference. · The contractor will be responsible for the successful execution and delivery of the LEAP conference speech on a date to be determined. · Provide the agency with Post-Conference Debrief and Written Evaluation Summary within three-(3) weeks after conference. B. Facilities The government shall furnish building facilities to the Contractor to include a main conference room. The use of outside space including decks, patios, and open fields will be included. All equipment (audio-visual) provided by the government can be utilized by the contractor to include but not limited to: For Meeting Room: 1 podium with microphone, 1 overhead projector with remote, 1 projection screen, 1 VCR, one computer with a USB port, power cords, extension cords, surge protectors, 5 flipcharts with markers, 4 easels, white board, 1 speaker phone, pencils and pads. C. Travel Agency will reimburse Contractor for travel and other expenses as negotiated and authorized in writing, in advance by Agency. Contractor shall provide a detailed itemization of expenses in the proposal. The amount reimbursed to Contractor is included in calculating the “not to exceed” amount negotiated prior to award and in accordance with the Joint Federal Travel Regulations. D. Location The conference site will be outside the Silver Spring Complex and Metro area, 1315 East-West Highway, Silver Spring, MD 20910. It will be in a location convenient to the Washington, DC, airports. E. Qualification of Personnel The Contract shall have: · A minimum of 5 years experience as a speaker on the topic “Climbing Your Mount Everest” or equivalent. · Have made multiple climbs on the highest peaks in the Himalayas · Have created a unique model of translating mountaineering tools, techniques, and experiences into a method of teaching leadership. · Available for one or more days from during the conference scheduled dates (February 28, 2012 through March 2, 2012. III. Evaluation Factors for Award Proposals will be evaluated by a committee of technically qualified NOAA employees assisted by bureau contracting personnel in accordance with the criteria below. A. Factor 1 – Technical Capabilities 1. Criterion 1 - Adequacy of Response. The proposal will be evaluated to determine whether the offeror’s methods and approach have adequately and completely considered, defined, and satisfied the requirements specified in the solicitation. The proposal will be evaluated to determine the extent to which each requirement of the solicitation has been addressed in the proposal in accordance with the proposal submission section of the solicitation 2. Criterion 2 - Feasibility of Approach. The proposal will be evaluated to determine whether the offeror's methods and approach to meeting the solicitation requirements provide the Government with a high level of confidence of successful completion within the required schedule. {An assessment of the degree of confidence provided by the proposed verification approaches/methods will also be included.} In the event that enhancements are proposed, the enhancements will be evaluated to determine whether the approach taken is feasible and will result in an end product/service that fully meets or exceeds the RFP requirements. B. Factor 2 – Performance Risk Evaluation The Performance Risk evaluation will assess the relative risks associated with an offeror's likelihood of success in performing the solicitation's requirements as indicated by that offeror's record of past performance. The Government will conduct a performance risk assessment based on the quality, relevancy and recency of the offeror's past performance, as well as that of its major subcontractors, as it relates to the probability of successful accomplishment of the required effort. Offerors are cautioned that in conducting the performance risk assessment, the Government may use data provided in the offeror's proposal and data obtained from other sources. Since the Government may not necessarily interview all of the sources provided by the offerors, it is incumbent upon the offerors to explain the relevance of the data provided. Offerors are reminded that while the Government may elect to consider data obtained from other sources, the burden of proving low performance risk rests with the offerors. Stated experiment encompasses the accomplishment of work by the proposer which is comparable or related to the effort required under this procurement. Past performance indicate how well the proposer did on the earlier work. (At a minimum, the contactor should list/demonstrate their experience in working with the U.S. Government in presentations at meetings/ conferences for groups of similar size to ours over the last three years.) C. Factor 3 – Cost/Price Cost/Price factors are those factors which indicate the adequacy and realism of the cost proposal and the probable cost that will be incurred should the Government choose to contract with the proposer. The evaluation of cost factors will include an assessment of the probable cost of doing business with each proposer during the course of the contract. It will also include a comparison with commercial industry estimate of the cost. Cost will not be the deciding factor when proposals are ranked in the technically acceptable range. Technical and Past Performance combined will carry more weight than Cost. (VII) Date(s) and place(s) of delivery and acceptance : Metro area of Washington, Virginia and Maryland. Period of performance: February 28, 2012 through March 2, 2012. (VIII) FAR 52.212-1, Instructions to Offerors -- Commercial Items ( June 2008 ), applies to this acquisition. In addition to written price quotes, offers are instructed to provide descriptive literature, capability statement describing qualifications to perform requirements listed in paragraphs (V) and (VI), past performance references. (IX) FAR 52.212-2, Evaluation – Commercial Items ( Jan 1999 ), applies to this acquisition. Paragraph (a) is hereby completed as follows: Award will be based on technical experience/capabilities, past performance, and price, The Government will evaluate quotations based on the following evaluation criteria: 1) Technical Experience/Capabilities – please provide summaries of evaluation that reflects the ability to provide this service. 2) Past Performance - the RFQ shall include no fewer than two (2) references, including address, phone number, and point of contact. Past performance will be evaluated in terms of timeliness, and general professionalism. 3) Price Offers will be evaluated based on price and the factors set forth in paragraph (a), and award will be made to the firm offering the best value to the Government. (X) The offeror must submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications – Commercial Items (NOV 2011) with its quote. An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (o) of this provision. (XI) The clause at FAR 52.212-4, Contract Terms and Conditions – Commercial (J UNE 2010 ), applies to this acquisition. (XII) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Items (JAN 2012) applies to this acquisition. The following clauses under subparagraph (b) apply (18) 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2009) ( 15 U.S.C. 632(a)(2) ). (19) 52.222-3, Convict Labor (J UNE 2003)( E.O. 11755). (20) 52.222-19, Child Labor—Cooperation with Authorities and Remedies (J UL 2010) (E.O. 13126). (21) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). (22) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (24) 52.222-36, Affirmative Action for Workers with Disabilities (O CT 2010) ( 29 U.S.C. 793 ). (39) 52.232-33, Payment by Electronic Funds Transfer—Central Contractor Registration (Oct 2003) ( 31 U.S.C. 3332 ). The following clauses under subparagraph (c) apply: ( 1) 52.222-41, Service Contract Act of 1965 (Nov 2007) ( 41 U.S.C. 351, et seq.). This RFQ incorporates Wage Determination No.: 2005-2103 Revision No.: 11, Date of Revision: 06/13/2011. (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (M AY 1989) ( 29 U.S.C. 206 and 41 U.S.C. 351, et seq.). (XIII) The following clauses are also applicable to this acquisition: 52.252-2 Clauses Incorporated By Reference (Feb 1998). This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http:www.arnet.gov (End of clause). The following additional contract requirements or terms and conditions apply 52.214-34 Submission of Offers in the English Language (Apr 1991) 52.214-35 Submission of Offers in U.S. Currency (Apr 1991) (XIV) The Government intends to award a firm-fixed-price order resulting from this solicitation. (XV) Quotes are required to be received in the contracting office no later than 1:00 P.M. EST/EDT on (1/27/2012). All quotes must be faxed or emailed to the attention of Pat McBride-Finneran. The fax number is (301) 713-0518 and email address is patricia.mcbride-finneran@noaa.gov (XVI) Any questions regarding this solicitation should be directed to Pat McBride-Finneran. 301-734-1239, patricia.mcbride-finneran@noaa.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/OCSOAR/NRMA00001201817PMF/listing.html)
 
Place of Performance
Address: Washington Metro area, 1315 East West Highway, Silver Spring, Maryland, 20910, United States
Zip Code: 20910
 
Record
SN02654024-W 20120114/120112234958-33765dee171e4210b4ca1ef9ce672cab (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.