Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 16, 2021 SAM #6988
SOURCES SOUGHT

R -- Request for Information - All Leaders Coaching Program

Notice Date
1/14/2021 6:34:08 AM
 
Notice Type
Sources Sought
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
ATTN: MS S84 - OCS SPRINGFIELD VA 22150-7500 USA
 
ZIP Code
22150-7500
 
Solicitation Number
RFIALCP
 
Response Due
1/29/2021 2:00:00 PM
 
Archive Date
02/13/2021
 
Point of Contact
Travarus Davis, Phone: 5715585529, Bradley R. Austin, Phone: 5715579854
 
E-Mail Address
Travarus.K.Davis@nga.mil, bradley.r.austin@nga.mil
(Travarus.K.Davis@nga.mil, bradley.r.austin@nga.mil)
 
Description
Purpose THIS IS A REQUEST FOR INFORMATION (RFI) ONLY.� This RFI is issued solely for information and planning purposes and does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future.� This RFI does not commit the Government to contract for any supply or service whatsoever.� Further, NGA is not at this time seeking proposals and will not accept unsolicited proposals.� Responders are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this RFI.� All costs associated with responding to this RFI will be solely at the interested party�s expense.� Not responding to this RFI does not preclude participation in any future RFP, if any is issued.� This is a non-personal services contract to provide services supporting the All Leaders Coaching Program (ALCP). 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. The purpose of this RFI is to determine those who can satisfy the requirements for a potential RFP.� NGA is interested in feedback on the ALCP RFI. �ALCP is the follow-on contract to the current All Leaders Coaching Program contract HM047615D0010, currently held by Pherson Associates, LLC.� A draft of the ALCP Performance Work Statement (PWS) is attached for industry review and comment.�� The intent is for industry to share their experiences with similar efforts and to provide comments and suggestions on providing All Leaders Coaching Program for NGA. The Government plans to use the information provided by industry to develop a comprehensive procurement strategy. Any information used will be on a non-attribution basis.� The Government is interested in industry ideas regarding acquisition approach, contract structure, and best practices that are conducive to today�s environments & technologies that best meet the requirements.� The government is interested in offerors� ability to leverage industry best practices. Contract Description The mission of Human Development Directorate calls for identifying, processing, and vetting talented and diverse candidates to meet NGA�s current and future workforce needs and ensures the workforce has continued success and development throughout their NGA career. The objective of ALCP is to support this strategic goal by providing enhanced and transformational professional development skills that are timely, relevant and accurate on behalf of NGA and HD. Since 2001, NGA�s focus on its mission of providing timely, relevant, and accurate geospatial intelligence in support of national security led to the decision to have the All Leaders Coaching Program contained in this PWS to be performed by contractors. The contract for the services being performed to support Leadership Development, Career Development, Executive Coaching, and Professional Development, will be concluded in March 2021. The services provided under that contract are interrelated to HD�s mission of driving and managing NGA�s workforce development. The follow-on to the ALCP contract will require the following services: General Support. General Support includes providing strategic and operational development as well as improving the culture and develop leaders at NGA. General Support includes providing expert analysis, assistance, best practices and guidance to support the development of the NGA workforce. Services for Director, NGA & DISES/DISL Employees. �Engage with NGA senior leadership and incorporate known relevant known relevant organizational development attributes. Consulting Services should include agency future strategy, organizational development methods and team-building. Example areas can could include team cohesion and leadership accountability. �Report on accomplishments and issues from NGA off-sites on behalf of director of NGA. Strategic Development. Coordinate with NGA to provide coaching related services (e.g. individual and coaching related service) Coach Skills training can included in workshops as well. Develop and evolve a NGA coaching culture strategy document which leverages current agency efforts and expands the programs vision and capabilities. Operational Development. Administer day to day operation for the success of the ALCP, work together with NGA to build a solid foundation for the program, providing innovating process to sustain the program. � Planned Acquisition: HD�s mission calls for the strengthening, enhancement and transformation of the workforce across the NGA enterprise. The objective of ALCP is to support this strategic goal by providing enhanced and transformational Leadership coaching through the All Leaders Coaching Program that is timely, relevant and accurate on behalf of NGA and HD. Place of Performance: The work to be performed under this contract will be performed at the NGA facility, NCE, in Springfield, VA; and the NGA facility, NCW, in St. Louis, MO. A telework plan -- at home or at a Contractor-maintained facility -- must be submitted in writing and reviewed by the Contracting Officer�s Representative (COR) for approval. Period of Performance (POP):Anticipated to be a 12-month Base Period plus four (4), 12-month option periods. Constraints and Limitations: The following are anticipated to apply to this acquisition: The company must: Have capability to provide or obtain expertise in the areas described above and in the PWS�. Provide personnel to deliver the All Leaders Coaching Program at NGA facilities that meet the personnel requirements, labor categories and personnel qualifications described in the PWS� entitled �Skills and Qualifications-Key Personnel� Security Requirements: This acquisition will require a contractor to provide currently cleared personnel at the Top Secret/SCI � eligible level. All cleared employees are subject to a Counter-Intelligence (CI) Scope Polygraph and other security requirements. Requested Information Administrative Information to include the following as a minimum:� Name, mailing address, overnight delivery address (if different from mailing address), phone number, fax number, company website, and e-mail of designated point(s) of contact. Business Type: Based upon North American Industry Classification System (NAICS) code 541612, Human Resources Consulting Services, applicable to this acquisition, the responder is to provide answers to the following questions:� To be considered for a Small Business set-aside, at least 50 % of the cost of contract performance incurred for personnel shall be expended for employees of the responder. ( FAR 52.219-14, Limitation of Subcontracting)���� Are you a Small Business? (FAR 19.102), If so, which type: Small Disadvantaged small business? (FAR 19.304) Service Disabled small business? (FAR 19.14) 8(a) Small Disadvantaged small business? (FAR 19.8) HUBZone small business? (FAR 19.13) Woman-Owned Small Business? (FAR 19.15) Involved in a mentor and/or prot�g� program? (DFARS 219.71) Recommendation for another NAICS Code?� Provide rationale for any NAICS Code applicable to the planned acquisition. Commercial and Government Entity (CAGE) Code: Defense facility security clearance? What type? What level? Accounting system? Date of last audit? Who performed? Determined adequate/inadequate? Are you interested in:� Prime contract? Teaming to include Joint Venture? Subcontractor opportunities? Include additional details that are not already requested based on the constraints of the information request. Experience Commercial � Provide relevant details of the same or similar service offered or made to the general public or to non-government entities for purposes other than governmental work in the last three (3) years. Relevant details to NGA�s proposed acquisition should include, but not be limited to: Information regarding the size and length of the effort; Ability to perform as a prime or subcontractor; Customary practices (warranty, financing, discounts, contract types, etc.) under which the sale of the service(s) is made; Security details; The customary practices regarding customizing, modifying, or tailoring of a service(s) to meet customer needs and associated costs; The kinds of factors that were used to evaluate performance; the kinds of performance assessment methods commonly used; The common qualifications of the people performing the services; and Requirements of law and/or regulations unique to these service(s) that can demonstrate the responder�s abilities and capacity to meet NGA�s statement of objectives. Government � Provide relevant details of the same or similar service offered or made to the government entities in the last three (3) years. Relevant details to NGA�s proposed acquisition should include, but not be limited to: Information regarding the size and length of the effort; Ability to perform as a prime or subcontractor; Customary practices (warranty, financing, discounts, contract types, etc.) under which the sale of the service(s) is made; Security details; The customary practices regarding customizing, modifying, or tailoring of a service(s) to meet customer needs and associated costs; The kinds of factors that were used to evaluate performance; the kinds of performance assessment methods commonly used; The common qualifications of the people performing the services; and Requirements of law and/or regulations unique to these service(s) that can demonstrate the responder�s abilities and capacity to meet NGA�s statement of objectives. Recommendations The Government is interested in industry ideas regarding acquisition approach, contract structure, and best practices that are conducive to today�s environments & technologies that best meet the requirements.� The government is interested in offerors� ability to leverage industry best practices. The government is interested in the capabilities of potential offers to provide personnel with the skill set and expertise and to deliver this requirement based on the Department of Defense (DoD) and NGA standards. Industry is encouraged to identify any additional desired outcomes as they deem appropriate or beneficial to the NGA. The responder should provide information and recommendations for fashioning this proposed acquisition.� Recommendation areas may include: The government is interested in the capabilities of potential offers to provide personnel with the skill set and expertise and to deliver this requirement based on the Department of Defense (DoD) and NGA standards.� What skillsets/expertise is recommended? Information regarding Performance Requirements - WHAT to evaluate, HOW to evaluate, and the performance standards with acceptable quality levels that are similar to those utilized in similar efforts How can NGA incorporate agility and flexibility into the contract?� Technology and teaching methods and tools are constantly changing.� Over a 5 year contract, NGA desires to be at the cutting edge.� How can this type of anticipated change and growth be incorporated into the contract? The Government is interested in the offerors� ability to leverage industry best practices.� Through your experience are there other ideas not included in the PWS that NGA should consider?� What best practices can be incorporated? What environments and technologies should be included? Industry is encouraged to identify additional desired outcomes as they deem appropriate or beneficial to the NGA. Type of contract. The current contract is Firm Fixed Price for labor and Cost Reimbursement for travel and other direct costs. Anticipated contract terms & conditions, incentives, variations in delivery schedule, price and/or cost proposal support Evaluation criteria Data requirements Contract pricing Other areas that the responder believes is relevant for the Government to achieve its stated objectives.� The responder may recommend how small business participation can be increased and what portion of the work could be set-aside for small businesses if all the required work cannot be provided by a small business.� Details to support any recommendations for partial small business set-asides should be included. Suggestions on equipment to fulfill the requirements in Attachment 2 of the PWS Suggestions on equipment to fulfill the requirements in Attachment 3 of the PWS 4. Responses Interested parties shall respond to this RFI with a white paper and include the following: Response to Section 3.0, Requested Information. Written responses shall not include proprietary information. Any responses that are marked proprietary will not be considered. Responses to this RFI shall be marked UNCLASSIFIED. Classification markings shall be on every page of the response. NO CLASSIFIED responses are allowed to be submitted. To aid in the Government review, the Capabilities and Qualifications white paper shall be in Microsoft Word for Office or compatible format and shall not exceed 15 pages. Pages shall have a one (1) inch margin on all sides.� Font type shall be Times New Roman 12 point. The first page of the submission must state the RFI title and provide the name, mailing address, phone number, fax number, company website, and e-mail of designated point(s) of contact. The first page shall also provide a short description of the company to include capabilities, company size and category (e.g. large, small, small disadvantaged). Responses to this RFI and any questions shall be posted to the Beta SAM website no later than the specified deadline. 5. Meetings and Discussion The Government representatives may or may not choose to meet with potential RFI service providers. Such meetings and discussions would only be intended to get further clarification of potential capability, especially any development and certification risks. Questions The Government will make every attempt to answer all questions regarding the RFI on the BETA SAM website .� Any questions regarding the requirement may not be answered but could be used in further development of the requirement.� Summary This RFI is only intended for the Government to identify sources that can provide the needed services and determine the best way forward. The information provided in this RFI is subject to change and is not binding to the Government. The Government has not made a commitment to procure any of the RFI requirements discussed, and release of this RFI should not be construed as such a commitment or as authorization to incur cost for which reimbursement would be required or sought. All submissions become Government property and will not be returned.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/f229f1a8a27b4950b20cb6dac120dc57/view)
 
Record
SN05892868-F 20210116/210114230111 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.