Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 03, 2016 FBO #5306
SOLICITATION NOTICE

R -- Mentoring Program - Mentoring Services

Notice Date
6/1/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611430 — Professional and Management Development Training
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - WRN (W56HZV)(DTA), 6501 EAST 11 MILE ROAD, Warren, Michigan, 48397-5000, United States
 
ZIP Code
48397-5000
 
Solicitation Number
W56HZV16PL558
 
Archive Date
6/4/2016
 
Point of Contact
Lisa M. Koski, Phone: 5862825550
 
E-Mail Address
lisa.m.koski.civ@mail.mil
(lisa.m.koski.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Today’s workforce must learn how to adapt to changing conditions. Their ability to adapt is vital to their ability to step into roles with increasing and evolving challenges. Their success depends on how well they pursue their own career goals while increasing their contributions to their organizations. With these issues in mind, the PEO CS & CSS leadership has requested implementing a formal mentoring program, which it regards as a potentially valuable tool for passing along the knowledge and skills of their seasoned professionals to developing leaders and new employees coming into the workforce. PEO CS & CSS is committed to developing a pool of employees who are prepared to serve in roles as leaders at all levels of the organization. To achieve success, such a program must help employees hone their personal and professional skills while increasing their effectiveness, and increasing their readiness to assume leadership roles. The program also aims to improve the employees’ perception of their value to the organization and strives to increase overall job satisfaction, which should lead to the retention of key personnel and knowledge. The PEO CS&CSS has in the past, contracted for services for a mentoring program, which allows their workforce to step into roles with increasing and evolving challenges, while pursuing their own career goals and increasing their contributions to their organizations. II. GENERAL PERFORMANCE WORK STATEMENT 1. GENERAL: This is a non-personal services contract to provide services for the Program Executive Office, Combat Support & Combat Services Support (PEO CS&CSS) for the Mentoring Program. The Government shall not exercise any supervision or control over the contract service providers performing the services herein. Such contract service providers shall be accountable solely to the Contractor who, in turn is responsible to the Government. 1.1 Description of Services/Introduction: The contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform the Mentoring Program as defined in this Performance Work Statement except for those items specified as government furnished property and services. The contractor shall perform to the standards in this contract. 1.2 Background: Today's workforce must learn how to adapt to changing conditions. Their ability to adapt is vital to their ability to step into roles with increasing and evolving challenges. Their success depends on how well they pursue their own career goals while increasing their contributions to their organizations. With these issues in mind, the PEO CS & CSS leadership has requested implementing a formal mentoring program, which it regards as a potentially valuable tool for passing along the knowledge and skills of their seasoned professionals to developing leaders and new employees coming into the workforce. PEO CS & CSS is committed to developing a pool of employees who are prepared to serve in roles as leaders at all levels of the organization. To achieve success, such a program must help employees hone their personal and professional skills while increasing their effectiveness, and increasing their readiness to assume leadership roles. The program also aims to improve the employees' perception of their value to the organization and strives to increase overall job satisfaction, which should lead to the retention of key personnel and knowledge. The PEO CS&CSS has in the past, contracted for services for a mentoring program, which allows their workforce to step into roles with increasing and evolving challenges, while pursuing their own career goals and increasing their contributions to their organizations. This requirement was last competed in 2012-2013. 1.3 Requirements: 1.3.1 Web-based System: The Contractor will utilize a web-based system to help facilitate the mentoring identification, recruitment and matching process of up to 50 mentoring partnerships. The Contractor will provide an online evaluation process that collects information that clearly determines what aspects of the mentoring relationships/program are working and what areas could benefit from a mid-course correction or adjustment. The Contractor will provide training to the Government Program Coordinator to access the website. 1.3.2 Web-based System Support: The Contractor will proving mentoring matches and on-going mentoring support for one year, including hardware, software, data-encryption certification and high-speed connectivity. All participant data will be backed up nightly and moved off-site once per week to provide for disaster recovery. The Contractor's software will be kept up-to-date with the latest versions. The Contractor will provide up to 10 hours of program support which includes website setup, customization of application forms, matching forms and program evaluations as well as Program Coordinator Training. 1.3.3 Mentoring Orientation: The Contractor will sponsor a joint orientation workshop with all of the participants to help mentors and mentorees to understand the concept and process of mentoring. The formal orientation will include information about the history of the program, goals, roles, responsibilities and benefits, in addition to explaining the matching process and program support structure. 1.3.4 Mentor Matching Process: The Contractor will facilitate a formal matching process using a web-based tool. The Contractor will make every effort to match mentorees with mentors who can best support their developmental needs. The Contractor will work closely with the Program Coordinator to gather all information and make the appropriate match based on the mentor's capability to support mentoree needs. If at any time, either the mentor or mentoree does not feel the match is appropriate, the Contractor will notify the Program Coordinator for resolution. The matching process will use information from the mentor-mentoree matching forms and applications. A preferred match would have the following characteristics: • A mentor and a mentoree who are not within the same chain-of-command. • A mentor who can provide knowledge and experience relevant to a mentoree's career goals. • A mentor who can best support a mentoree's developmental process. Unmatched mentors will be encouraged to continue in the mentoring program as situational mentors. 1.3.5 Provide Formal Mentor Training: The Contractor will provide formal, on-site training to the mentor and mentorees prior to their entering into the mentor partnerships to include products such as a Mentoring Agreement and Action Plan. 1.3.6 Formal Mentor Training Materials: Materials to facilitate the formal training will be provided by the Contractor. 1.3.7 On-Going Mentoring Support: The Contractor will provide up to 10 hours of support to include review of the Mentoring Action Plans, periodic check-ins on the mentoring partnerships, and on-going guidance and support to the Program Coordinator regarding any issues that need improvement. 1.4 Continuous Improvement: 1.4.1 The Contractor will provide a mid-point evaluation on-site session to check the progress of the mentoring partnerships. Participants will have a chance to ask questions, and share their challenges and success stories. 1.4.2 The Contractor will provide a written, Mid-point program evaluation report by conducting needs assessments through personal interviews and written surveys while evaluating observations, lessons learned and recommendations. 1.4.3 The Contractor will provide an end of program evaluation on-site session to assess participant's professional growth over the year. Participants will give feedback on their progress, develop an action plan for the future requirements and celebrate successes. 1.4.4 The Contractor will provide a written, end of program evaluation report by conducting needs assessments through written surveys and progress reviews while evaluating observations, lessons learned and recommendations. 1.5 Period of Performance: The period of performance shall be for 12 months from contract effective date. 1.6 General Information 1.6.1 Recognized Holidays: The contractor is not required to perform on these days: New Year's Day Labor Day Martin Luther King Jr.'s Birthday Columbus Day President's Day Veteran's Day Memorial Day Thanksgiving Day Independence Day Christmas Day 1.6.2 Hours of Operation: The contractor is responsible for conducting business, between the hours of 0800-1600 Monday thru Friday except Federal holidays or when the Government facility is closed due to local or national emergencies, administrative closings, or similar Government directed facility closings. For other than firm fixed price contracts, the contractor will not be reimbursed when the government facility is closed for the above reasons. The Contractor must at all times maintain an adequate workforce for the uninterrupted performance of all tasks defined within this PWS when the Government facility is not closed for the above reasons. When hiring personnel, the Contractor shall keep in mind that the stability and continuity of the workforce are essential. 1.6.3 Place of Performance: The work to be performed under this contract will be performed at the contractor's facility except when visiting on-site at TACOM. 1.6.4 Type of Contract: The government will award a Firm Fixed Price contract. 1.6.5 PHYSICAL Security: The contractor shall be responsible for safeguarding all government equipment, information and property provided for contractor use. At the close of each work period, government facilities, equipment, and materials shall be secured. 1.6.6 Contracting Officer Representative (COR): The (COR) will be identified by separate letter. The COR monitors all technical aspects of the contract and assists in contract administration The COR is authorized to perform the following functions: assure that the Contractor performs the technical requirements of the contract: perform inspections necessary in connection with contract performance: maintain written and oral communications with the Contractor concerning technical aspects of the contract: issue written interpretations of technical requirements, including Government drawings, designs, specifications: monitor Contractor's performance and notifies both the Contracting Officer and Contractor of any deficiencies; coordinate availability of government furnished property, and provide site entry of Contractor personnel. A letter of designation issued to the COR, a copy of which is sent to the Contractor, states the responsibilities and limitations of the COR, especially with regard to changes in cost or price, estimates or changes in delivery dates. The COR is not authorized to change any of the terms and conditions of the resulting order. 1.6.7 Contractor Travel: Contractor will be required to travel to Warren, MI during the performance of this contract to attend meetings, conferences, and training and to ship training aids to this location in support of this PWS. Contractor will be authorized travel expenses consistent with the substantive provisions of the Joint Travel Regulation (JTR) and the limitation of funds specified in this contract. All travel requires Government approval/authorization and notification from the COR.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/fca7b12941f8da5f768a6d6b32246e8d)
 
Place of Performance
Address: TACOM, 6501 E. Eleven Mile, Warren, Michigan, 48397, United States
Zip Code: 48397
 
Record
SN04134729-W 20160603/160601234906-fca7b12941f8da5f768a6d6b32246e8d (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.