Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 22, 2012 FBO #3771
SOLICITATION NOTICE

U -- SUPERVISORY LEADERSHIP CORE CURRICULUM

Notice Date
3/20/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
NASA Shared Services Center Procurement Division Building 1111 Stennis SpaceCenter, MS 39529-6000
 
ZIP Code
39529-6000
 
Solicitation Number
NNX12TC04P
 
Response Due
4/3/2012
 
Archive Date
3/20/2013
 
Point of Contact
William Richard Horton, Contract Specialist, Phone 228-813-6120, Fax 228-813-6493, Email william.r.horton@nasa.gov - Eli Ouder, Contracting Officer, Phone 228-813-6168, Fax 228-813-6315, Email eli.c.ouder@nasa.gov
 
E-Mail Address
William Richard Horton
(william.r.horton@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
****PLEASE SEND ALL QUESTIONS AND QUOTES TO AMANDA MCINNIS ONLY. CONTACTINFORMATION IS WITHIN THE BODY OF THIS SOLICITATION******* This notice is a combined synopsis/solicitation for commercial items prepared inaccordance with the format in FAR Subpart 12.6, as supplemented with additionalinformation included in this notice. This announcement constitutes the only solicitation;offers are being requested and a written solicitation will not be issued. NASA/NSSC has a requirement for a course entitled Supervisory Leadership CoreCurriculum. The objective of the program is to provide three simulation trainingcourses that help participants: analyze performance, balance competing priorities, tailorcoaching to the communication styles of direct reports, coach employees, master a 4-stepcoaching model, analyze their team's strengths, use multiple tools to addressperformance, reduce confusion and increase efficiency in teams, create organizationalalignment, manage change and implement new strategies, and institute mutualaccountability and feedback. In addition the vendor must deliver a train-the-trainercourse to certify Center personnel to teach the first course. This offering shall beheld at NASAs Dryden Flight Research Center on June 15, 2012, September 15, 2012 andOctober 15, 2012. Each session will consist of 20 participants with the exception of thetrain-the-trainer course which will consist of no more than 6 participants. The curriculum in this program must satisfy the following requirements:Establish project plan with client project leader and gather data for the purposeof customizing courses by: conducting up to 4 interviews with senior leaders andperforming additional research (1st class); conducting up to 5 interviews with seniorleaders (2nd class); conducting up to 5 interviews with senior leaders (3rd class). Customize courses so that materials, scenarios, and case studies are based on NASA andDryden-specific information.Conduct three customized courses involving computer simulations (one 2-day courseand two 1-day courses) and provide course materials and program licenses for no more than20 NASA employees per course. oConduct a two-day simulation experiential learning course using learningtechnology that focuses on leadership actions, leadership styles, giving feedback,delegation, decision-making, motivating employees, goal setting, the use of balancedscorecards, and how to apply what they've learned.oConduct a one-day simulation experiential learning course using learningtechnology that focuses on using tools to apply a systematic approach to assessing andaddressing performance and understanding the time and cost relationship of each tool.oConduct a one-day simulation experiential learning course using learningtechnology that focuses on discovering the role relationships play in coaching, improvingprobing and listening skills, recognizing coaching opportunities, developing coachingplans, and discovering the differences between directed and guided feedback.Conduct a train-the-trainer session for the 2-day course for no more than 6 NASAemployees and provide course materials.All responsible sources may submit an offer which shall be considered by the agency. The DPAS rating for this procurement is DC-09 Offers for the items(s) described above are due by 4/3/2012 by 3:30 p.m.CST to AmandaMcInnis, Amanda.T.McInnis@nasa.gov, or faxed to 228-813-6891 and must include,solicitation number, discount/payment terms, identification of any special commercialterms, and be signed by an authorized company representative. FAR 52.212-4 (JUNE 2010), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (APR 2011), Contract Terms and Conditions Required To Implement Statutes orExecutive Orders-Commercial Items is applicable and the following identified clauses areincorporated by reference: 52.219-6,52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26,52.222-35, 52.222-36, 52.222-37, 52.225-3, 52.225-3, 52.225-13,52.232-33, 52.252-1,52.252-2The FAR may be obtained via the Internet at URL:http://www.acquisition.gov/far/index.html The NFS may be obtained via the Internet at URL:http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm All contractual and technical questions must be in writing (e-mail or fax) to AmandaMcInnis, Amanda.T.McInnis@nasa.gov, or faxed to 228-813-6891 no later than 3/27/2012.Telephone questions will not be accepted. Selection and award will be made to the lowest priced, technically acceptable offeror. Technical acceptability will be determined by review of information submitted by theofferor which must provide a description in sufficient detail to show that the trainingoffered meets the Government's requirement. Past Performance questionnaires are required to be completed and submitted to NSSC nolater than April 3, 2012. Please contact Amanda Mcinnis by email to obtain a copy of thequestionnaire.An ombudsman has been appointed -- See NASA Specific Note 'B'. It is the offeror's responsibility to monitor the following Internet site for the releaseof solicitation amendments (if any): http://prod.nais.nasa.gov/cgi-bin/nais/index.cgi.Potential offerors will be responsible for downloading their own copy of this combinationsynopsis/solicitation and amendments (if any). Any referenced notes may be viewed at the following URLs linked below.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/NSSC/NSSC1/NNX12TC04P/listing.html)
 
Record
SN02700761-W 20120322/120320235300-8bd0fc27088506532f0c7033fc31ac44 (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.