Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 07, 2012 FBO #3787
SOLICITATION NOTICE

U -- Coaching Skills for Senior Leaders - OPM Specific Clauses

Notice Date
4/5/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611710 — Educational Support Services
 
Contracting Office
Office of Personnel Management, Center for Contracting, Facilities & Administrative Services, Contracting, 1900 E Street, N.W., Room 1342, Washington, District of Columbia, 20415-7710, United States
 
ZIP Code
20415-7710
 
Solicitation Number
OPM-FEI-04052012-2
 
Archive Date
4/25/2012
 
Point of Contact
Bonnie E Boston, Phone: (434) 980-6277
 
E-Mail Address
Bonnie.Boston@opm.gov
(Bonnie.Boston@opm.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
OPM Specific Clauses This is a combined synopsis solicitation for commercial items prepared in accordance with FAR Subpart 12.6 and 13.5, as supplemented with additional information included in this notice. This announcement/solicitation is restricted to small business. This announcement constitutes the only solicitation; offers are being requested, and a separate written solicitation will not be issued. This solicitation incorporates FAR provisions and clauses in effect through Federal Acquisition Circular 2005-8. The NAICS code is 611710, and the small business size standard is $6 million. Incorporated by reference is FAR 52.212-1, Instructions to Offerors - Commercial and Addenda. Offerors must include a completed copy of FAR 12.212-3, Offeror Representations and Certifications - Commercial Items with its offer. This provision may be viewed at: http://orca.bpn.gov. Incorporated by reference is FAR 52.212-4, Contract Terms and Conditions - Commercial Items. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items is incorporated at the end of this solicitation. Full text of clauses may be downloaded from www.arnet.gov/far at Part 52. FAR clause 52.212-4, Contract Terms and Conditions - Commercial Items. FAR Clause 52.232-33. This combined synopsis solicitation will result in one or more fixed-price contracts being awarded for training services. Purpose The purpose of this procurement is to identify a vendor who can provide one faculty member to conduct a series of five, 2-day programs on Coaching Skills for Senior Performance, for the Department of Homeland Security-USCIS (DHS-USCIS), C228, for 25 executives, on 2-3 May, 9-10 May, and 16-17 May 2012. The additional two presentation dates will be determined to mutual agreement of the agency and the faculty member, and delivered NLT 30 September 2012. Each of these presentations will be to a different audience but must cover the same curriculum. The primary responsibility of the faculty member during this 2-day program is to instruct coaching techniques and provide interactive training that will help the participants learn and practice skills that will help them improve the performance of their subordinates in the workplace. The agency is insistent that the same faculty member provide all 5 programs for consistency and standardization. Scope of Work The faculty member will provide an interactive, adult-learning based program that addresses the issues of coaching for performance: feedback, listening skills, coaching, goal setting, and performance improvement. The faculty member must be creative in using the classroom for effective interactive experiences. The faculty member should have a strong background in Organizational Development and be able to use techniques and interactive sessions to help participants understand themselves as critical coaches for worker performance. The faculty member will be expected to do the following: •(1) Prepare all course materials and associated handouts, all of which the vendor must assert that (s)he has the legal right to use; •(2) Provide interactive instruction that will teach techniques for coaching for performance; and •(3) Be prepared to close-out the course by responding to any and all final inquiries or open issues. Dates and Location Each of the five presentations of this course will be conducted at 26 Federal Plaza, New York, New York, from 8-4 pm, at a venue provided by DHS-USCIS. Due to the location of the program, actual costs for lodging may be authorized, but should not exceed $300/night. Proposal Submission Evaluation and Award Proposals submitted under this Solicitation will be evaluated, and contractor(s) selected, based on both technical and cost considerations. Please provide cost proposal information separately from the technical proposal. The contractor(s) shall provide a fixed-price for the contract that includes delivery fee, training material and travel related expenses. Proposals not containing a total cost will be rejected as non-responsive. An offer that does not meet all of the solicitation requirements may be rejected as non-responsive. The technical proposal should include details describing contractor's ability to provide the service requirements listed above. The Federal Executive Institute reserves the right to conduct an interview. Service providers may be required to present a short section of a course and/or demonstrate their presentation and communication skills prior to receiving a contract. Course presentations are from 30 to 45 minutes and should provide a clear summary of the offeror's communication and teaching style and methods. Evaluation of proposals will be based on: •1) Technical capability to meet the requirements in the solicitation •2) Experience, qualification and certifications 3) Past performance A complete proposal package is required for full consideration by FEI. A complete proposal package includes: •· A resume •· A biographical summary •· Additional narrative descriptions as indicated under proposal submission requirements. The Federal Executive Institute will select the contractor(s) whose offer provides the best value to the government, in accordance with FAR 52.212-2, Evaluation of Commercial Items, considering primarily technical factors and secondarily price. The award may be made with or without discussions with the offeror(s). Therefore, your offer should include your lowest pricing. Instruction for Preparing the Pricing Portion of the Proposal Offerors shall submit a Firm-Fixed Price proposal The Federal Executive Institute is a tax exempt entity; please do not include taxes in proposal. The prices shall take into consideration of the following: a. Travel and Per Diem: Price submission should include your mileage/airfare costs, room and meal costs, as appropriate, and should not exceed GSA approved locality rates and air and ground transportation rates. b. Materials (materials, books, and reproduction of handouts): Price proposals should include any costs, (including purchase, production, and shipment) related to materials used in any of the service areas. Price proposals should include all course materials, books, and the reproduction of handout materials. c. Training space: FEI provides classroom space, set up services, IT and AV equipment and limited duplication/copier services, and some materials and supplies as needed. Applicants should indicate in their submissions if they require services beyond what is specified here. d. On-site meals e. Course delivery and meetings with participants and faculty: Successful offerors may be required to meet with participants and FEI staff prior to and following class sessions. f. FEI evaluates proposed prices independent from the technical evaluation of the service area. The prices set in these price proposals are the only ones considered before making award decisions. FEI may engage in price negotiation among qualified award holders prior to the issuance of purchase order. Any costs associated with any of the above categories that are independent of the prices are discouraged, but may be considered, will be negotiable, and will be specified in individual purchase order. CENTRAL CONTRACTOR REGISTRATION (CCR) IS REQUIRED TO APPLY TO THIS ACQUISITION. REGISTRATION CAN BE ACCOMPLISHED AT www.ccr.gov. Proposals should be sent to the point of contact in this announcement ONLY. Proposals must be submitted to the attention Bonnie Boston. The preferred method of proposal submission is by email to bonnie.boston@opm.gov. It is the contractor's responsibility to ensure receipt of proposals delivered through email. Inquiries concerning this acquisition should be directed to Bonnie Boston at bonnie.boston@opm.gov, (434) 980-6277 Closing date for receipt of offers is Tuesday, April 10, 2012. Proposals must be received no later than 1:00 P.M. edt on the closing date. Award will be made on or about April 11, 2012.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/OPM/OCAS/CD/OPM-FEI-04052012-2/listing.html)
 
Place of Performance
Address: New York, NY, United States
 
Record
SN02714663-W 20120407/120405235002-c50ddb0c62f7a7862aa2977570887c3e (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.