SOLICITATION NOTICE
R -- FSA Strategic and Leadership Assessment, Alignment and Development
- Notice Date
- 6/28/2005
- Notice Type
- Solicitation Notice
- NAICS
- 541618
— Other Management Consulting Services
- Contracting Office
- Department of Education, Federal Student Aid, FSA Acquisitions, Union Center Plaza, RM 91F1 830 First Street, NE, Washington, DC, 20202-5405
- ZIP Code
- 20202-5405
- Solicitation Number
- ED-05-R-0031
- Response Due
- 7/1/2005
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The U.S. Department of Education, Federal Student Aid (FSA) has achieved significant success over the last several years in developing and executing significant performance improvement programs related to its Federal Student Aid business. FSA is seeking management-consulting services to assist in establishing a higher-performance organization. Services provided shall include: 1) Confidential coaching services for the Chief Operating Officer and her immediate subordinates on a variety of management issues as appropriate; 2) Evaluation and assessment of the Management Council?s (a body of FSA?s Senior Managers) operating practices; 3) Facilitation of the FSA Management Council Human Capital Planning off-site; 4) Facilitation and assistance in the development and implementation of strategic direction developed through the FSA Management Council Human Capital Planning off-site; 5) Provide observations on the effectiveness of the FSA Management Council team interaction and advice on how to improve effectiveness; 6) Provide facilitation of executive team discussions as required; and 7) Provide relevant private sector models, frameworks and approaches as required. The services shall be provided during a term commencing as of July 5, 2005, and ending on December 31, 2005. Place of Performance: The Office of Federal Student Aid may provide a workspace and associated computer equipment for one individual for the duration of this requirement. Evaluation Criteria: Offers will be evaluated against two criteria, which are listed below. 1) Past Performance, relevance and customer satisfaction; and 2) Price. The Government will select the offer which represents the best value; in determining best value, Past Performance is significantly more important than price. Proposal Instructions: Interested offerors shall submit proposals via email in Microsoft Word to the Contracting Officer stated above in two (2) parts, a written narrative and a price quotation, as follows: 1) A written narrative, not exceeding five (5) pages, which outlines the vendor?s experience in the following: a. Experience in developing strategies and strategic frameworks; for organizational alignment with private sector clients; b. Expertise with leadership models and practices in private sector organizations; c. Knowledge and experience with Federal Student Aid clients and customers; d. Expertise with senior executive team effectiveness assessment, diagnosis, executive alignment and development; e. Experience with organization design and implementation; and f. Expertise with clients in the design and implementation of multi-disciplinary approach to integrating strategy, leadership alignment, organization design and process integration. The narrative shall include two (2) references of past performance for work of a nature similar to that described in this solicitation and demonstrating the experience, expertise, and knowledge listed above. It is the responsibility of the offeror to insure that the telephone number and reference point of contact listed are current and accurate. Reference information should include: a. Organization and address; b. Contract number if any; c. Period of performance; d. Original price; e. Name and phone number of contracting officer or similar official; f. Name and phone number of individual who monitored performance; and g. Type of contract (i.e., Fixed Price, Time and Material). The above page limitations do not include pages necessary to complete clauses or provisions listed above, such as FAR provision 52.212-3. 2) Price Quotation ? The Government contemplates the establishment of a Time-and Materials contract. Your price quotation must detail the labor category(ies) and labor rate(s) proposed and any travel, materials, and other direct expense associated with the proposal. For purpose of the offer assume 460 hours are necessary for this effort and that any travel cost, materials and other direct expenses will be reimbursed at cost. The Contracting Officer will establish a not to exceed cost of $10,000 for travel, materials, and other direct expenses. Additional Information: This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular Number 2001-03. This requirement is set-aside under 541618. FAR 52.212-1, Instructions to Offerors?Commercial, applies to this acquisition. FAR 52.212-2, Evaluation?Commercial Items Evaluation will be made on a best value basis where technical understanding and experience, past performance, and price are evaluated equally. Offerors must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications?Commercial Items, with its offer. These Representations and Certifications are available at http://www.arnet.gov/far/current/html/52_212_213.html. FAR 52.212-4, Contract Terms and Conditions?Commercial Items, applies to this acquisition and no addenda are included to the clause. FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders?Commercial Items applies to this acquisition and a statement regarding which, if any, of the additional FAR clauses cited in the clause are applicable to the acquisition. The offeror shall provide only fully qualified personnel for the work performed under this contract and they must also have the appropriate Department 5c or 6c Security investigation clearance prior to being eligible for billing the government. According to Department policy (OM: 5-101, Sec III (Policy), part 4), every effort must be made to minimize and where possible eliminate, the number of non-U.S. Citizens employed in High Risk level positions; this applies to all contractors and sub-contractors. However, the Department recognizes there is, from time to time, a compelling reason that may exist to grant a non-U.S. Citizen High Risk access. In those circumstances where a non-U.S. Citizen possesses a unique or unusual skill or expertise urgently needed by the Department, but a suitable U.S. Citizen is not available, a non-U.S. Citizen may be assigned to a High Risk level position provided: they are Lawful Permanent Residents of the United States; they have resided continuously in the United States for a minimum of three (3) years; the head of the Principal Office, or his/her designee that owns the system/information/network approves the assignment in writing, and the written approval is filed with the Contracting Officer before requesting a preliminary screening and/or investigation.
- Place of Performance
- Address: see description
- Record
- SN00837723-W 20050630/050628211803 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |