SOLICITATION NOTICE
R -- Leadership Development
- Notice Date
- 5/11/2007
- Notice Type
- Solicitation Notice
- NAICS
- 541611
— Administrative Management and General Management Consulting Services
- Contracting Office
- Department of Health and Human Services, Food and Drug Administration, Office of Acquisitions and Grants Services, 5630 Fishers Lane, Room 2129, Rockville, MD, 20857-0001, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- RFQ-1028546
- Response Due
- 5/31/2007
- Archive Date
- 6/15/2007
- Small Business Set-Aside
- Total Small Business
- Description
- Paperwork Reduction Act (PRA) Compliance General Information Document Type: K = Combined Synopsis/Solicitation Notice Solicitation Number: RFQ 1028546 Posted Date: May 11, 2007 Response Date: May 31, 2007 Classification Code: R ? Professional, Admin., Mgmt, Support Services NAICS Code: 541611 Set Aside: Small Business Contracting Office Address Department of Health and Human Services, Food and Drug Administration, Office of Acquisitions and Grants Services, 5630 Fishers Lane, Room 2192, Rockville, MD, 20857-0001 UNITED STATES Description This is a combined synopsis/solicitation for a fixed price contract - commercial items prepared in accordance with FAR 12.6 using Simplified Acquisition Procedures under the test program for commercial items found at FAR 13.5, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested. No other solicitation will be issued. This solicitation identified as RFQ 1028546 includes all applicable provisions and clauses in effect through FAR FAC 2005-16 (March 2007). The North American Industry Classification Code is 541611. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. BACKGROUND: At the request of the FDA, the Institute of Medicine (IOM) investigated, researched, and published a report identifying the need for creating a ?Culture of Safety? within the Center for Drug Evaluation and Research (CDER). One of the major recommendations proposed is to create and implement a process for leading a cultural change initiative that includes an approach for open and transparent organizational communication, a strategy to lead and impact complex decision making, and fostering an environment that is collaborative. The Office of Translational Sciences (OTS) has taken a lead in responding to the IOM recommendations and is committed to creating a culture that reflects the ideas addressed in the IOM report. OTS?s commitment to stimulating culture change is the underpinning of this project. There is tremendous pressure on all organizations to create a culture that is responsive to the changes required to be successful in the 21st century. It is clear that creating a culture of sustained change necessitates involvement of leaders, managers, and employees who perform the work of the organization. Researchers and thought-leaders of organizational change management have witnessed and documented the common traps that prevent successful organization transformation. Among the difficulties identified are the following: Allowing complacency, not identifying a guiding leadership coalition, underestimating the power of a unified and compelling vision, under-communicating the vision, letting obstacles get in the way, ignoring short-term wins, declaring victory prematurely, and not anchoring the changes into the organization?s culture. Once the organization is committed to transforming the culture, and has identified individuals who can lead the change, it must then set its focus on naming the desired leadership behaviors that are necessary to sustain the culture. Asking, ?What is our desired state?? and ?What will it look like and feel like to be there?? are compelling questions to ask. More important, the answers will shape the culture the organization is striving to create. PERIOD OF PERFORMANCE: One base year and two option years. QUESTION DEADLINE: All questions must be submitted via email to keith.austin@fda.hhs.gov by close of business May 21, 2007. QUTOTATIONS ARE DUE: 1:00pm EST, May 31, 2007. AWARD DATE: The anticipated award date is on or about June 18, 2007; however, all dates in this announcement are subject to change. PLEASE NOTE: In order to receive an award, contractor must be registered in the Central Contractor Register (CCR) prior to the award of a contract. You may register by going to www.ccr.gov. You will need your Dun and Bradstreet number and banking information. PROVISIONS AND CLAUSES: The contractor shall comply with all applicable Federal, State and local laws, executive orders, rules and regulations applicable to its performance under this acquisition. Full text of clauses and provisions are available at Federal Acquisition Regulation (FAR): http://www.arnet.gov/far/. OFFERORS: Offers must be submitted on a SF-1449 with a completed 52.213-3 Offeror Representations and Certifications-Commercial Items-with DUNS Number Addendum, signed by an authorized representative of the offeror. The government will not pay for costs incurred in the preparation and submission of data or other costs incurred in the response to this announcement. All quotations must be submitted via email to keith.austin@fda.hhs.gov by 1:00pm on May 29, 2007. No phone calls or faxes will be accepted. Please refer to solicitation number FDA-SOL-07-00186 in all correspondence. The following FAR clauses apply to this combined synopsis/solicitation. 52.212-1 Instructions to Offers-Commercial Items, 52.212-2 Evaluation ? Commercial Items, 52.212-3 Offeror Representations and Certifications-Commercial Items, 52.212-4 Contract Terms and Conditions Commercial Items, 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items. Please see the following attachments: 1) Statement of Work 2) Summary of Costs 3) FDA Terms and Conditions Addendum 4) HHSAR Clauses 5) FAR Clauses 6) NPI Form 3398 Point of Contact Keith Austin, Contract Specialist, Phone 301-827-7161, Fax 301-827-7151, Email keith.austin@fda.hhs.gov Patricia Pemberton, Contracting Officer, Phone 301-827-1022, Fax 301-827-7106, Email patricia.pemberton@fda.hhs.gov Place of Contract Performance Address: 10903 New Hampshire Ave Silver Spring, MD Postal Code: 20993 Country: UNITED STATES *************************************************************** EVALUATION FACTORS FOR AWARD 1. GENERAL You are advised that an award of a delivery order will be made to the GSA vendor whose quotation is determined by the Government to represent the best value and results in the lowest overall cost alternative (i.e., price, special features, administrative costs) to meet the Government?s needs. 2. EVALUATION OF OPTIONS It is anticipated that any task order awarded from this RFQ will contain option provision(s) and period(s). In accordance with FAR Clause 52.217-5, Evaluation of Options (July 1990), the Government will evaluate quotes for award purposes by adding the total price for all options to the total price for the basic requirement, except when it is determined in accordance with FAR 17.206(b) not to be in the Government?s best interests. Evaluation of options will not obligate the Government to exercise the option(s). 1. EVALUATION CRITERIA In determining which offer represents the best value (i.e., labor hours, special features, administrative costs) to meet the Government?s needs, the Government shall evaluate responses using the following evaluation criteria: The technical quotation will receive paramount consideration in the selection of the offerors for this acquisition. In the event that the technical evaluation reveals that two or more offerors are approximately equal in the technical ability, then cost may become a significant factor in determining award. In any event, the government reserves the right to make an award based on a best value determination, cost and other factors considered. Offerors merely proposing to provide a service in accordance with the statement of work will not be eligible for award. The proposal must include a comprehensive plan for meeting the needs of the Government, addressing each of the requirements of the statement of work and explaining the proposed technical approach to be used. Failure to provide the information required to evaluate the proposal may result in the rejection of the proposal without further consideration. I. Understanding the Requirements and Technical Approach 30 Points II. Qualifications and Availability of Proposed Personnel 35 Points III. Past Performance 35 Points Total Possible Points: 100 points 2. Understanding the Requirements and Technical Approach (Points: 30) The quotation must demonstrate a thorough understanding of the requirements of the Statement of Work and describe an approach which will demonstrate the achievement and acceptable performance as describe in the Statement of Work and the Specifications therein. The quotation shall present a comprehensive statement of the problem, scope, and purpose of the project to demonstrate an understanding of the requirements from a management and technical standpoint. Detailed plan of work/program management, complete with quality control and a detailed time line of proposed work. Quotation will be evaluated on the following: (1) Understanding of the purpose and scope and work to be accomplished (2) Methodology to accomplish the objectives of the given task. (3) Quality control and quality assurance methods (4) Identification and use of appropriate technologies ( Microsoft Outlook, Word and Excel) to accomplish the objective (5) Management structure for the contract (6) Staffing patterns, including overlap among the programs and handling shifts. (7) Adequacy of strategies for coordination, interaction, and communication with the Government Project Manager to ensure that the work is accomplished in a timely and efficient manner, particularly as these strategies relate to keeping the Government Project Manager informed and up-to-date about customer service, technical or administrative operational issues (8) Methods to resolve problems. II. Qualifications and Availability of Personnel (Points: 35) Quoters must demonstrate evidence of the qualifications, experience, and availability of professional and technical personnel comprising the necessary project staff by submitting several resumes as part of their bid package. Qualification statements for the following personnel: a. Consultant(s) Resumes will be evaluated on the basis of the candidate?s personal experience and must possess the following: ? Organizational development training and experience in the workplace ? Prior experience in creating a workplace environment where people work well in teams, placing the importance of solving team problems above their own interests ? Possess skills to teach others to influence without authority ? Teach negotiation skills for handling difficult problems ? Present their views in an interesting and clear manner ? Possess skills for initiating difficult conversations with supervisory staff that are mutually successful ? Complete the work in a timely manner Personnel proposed to be assigned and available for work under the project shall be evaluated on their demonstrated, documented, and relevant expertise, education, availability, and experience. Supporting documentation about the experience, training, and education (e.g., resumes) of proposed personnel must be provided. III. Past Performance (Points: 35) The government is seeking to determine whether the quoter has consistently demonstrated a commitment to customer satisfaction and timely delivery of high quality products and services through: ? Experience in the pharmaceutical industry and/or FDA ? Recommendations from 2 previous customers indicating they have experienced significant employee changes in employee skills and ability to work collaboratively ? Quoters shall submit a list and description of the last 2 related or similar contracts completed during the past three years and or contracts currently in process. Quoters shall be evaluated on (1) record of conforming to specifications and to standards of good workmanship; (2) adherence to contract schedules, including the administrative aspects of performance; (3) reputation for reasonable and cooperative behavior and commitment to customer satisfaction; and (4) business-like concern for the interests of the customer. ? Offerors shall furnish documentation of corporate experience in the technical proposal that addresses the technical aspects specified in Technical Evaluation Corporate experience will be evaluated based upon the quoters's prior experience with similar activities. The contractor must be able to demonstrate past experience directly relevant to the types of work needed. Such experience includes projects performed in the past two years similar in scope to the requirements of this Statement of Work. **************************************************************** STATEMENT OF WORK: Developing high impact leaders who collaborate effectively across organizational boundaries. 1.0 INTRODUCTION 1.1 BACKGROUND At the request of the FDA, the Institute of Medicine (IOM) investigated, researched, and published a report identifying the need for creating a ?Culture of Safety? within the Center for Drug Evaluation and Research (CDER). One of the major recommendations proposed is to create and implement a process for leading a cultural change initiative that includes an approach for open and transparent organizational communication, a strategy to lead and impact complex decision making, and fostering an environment that is collaborative. The Office of Translational Sciences (OTS) has taken a lead in responding to the IOM recommendations and is committed to creating a culture that reflects the ideas addressed in the IOM report. OTS?s commitment to stimulating culture change is the underpinning of this project. There is tremendous pressure on all organizations to create a culture that is responsive to the changes required to be successful in the 21st century. It is clear that creating a culture of sustained change necessitates involvement of leaders, managers, and employees who perform the work of the organization. Researchers and thought-leaders of organizational change management have witnessed and documented the common traps that prevent successful organization transformation. Among the difficulties identified are the following: Allowing complacency, not identifying a guiding leadership coalition, underestimating the power of a unified and compelling vision, under-communicating the vision, letting obstacles get in the way, ignoring short-term wins, declaring victory prematurely, and not anchoring the changes into the organization?s culture. Once the organization is committed to transforming the culture, and has identified individuals who can lead the change, it must then set its focus on naming the desired leadership behaviors that are necessary to sustain the culture. Asking, ?What is our desired state?? and ?What will it look like and feel like to be there?? are compelling questions to ask. More important, the answers will shape the culture the organization is striving to create. 1.2 OBJECTIVES The OTS has identified several overarching behaviors and characteristics that will create and sustain a ?Culture of Safety?. Two behaviors have been defined as mission critical. 1. Leaders who can ?Lead with Impact?, across the organizational boundaries where they may not be the primary decision makers. 2. Leaders who can collaborate effectively with peers, supervisors, stakeholders, and customers. This need is focused on creating and sustaining a ?Culture of Safety?, and developing leaders who can lead with impact and lead collaboratively. 2.0 DESCRIPTION OF WORK 2.1 Phase 1 (Contribute to and sustain a ?Culture of Safety?) ? Gap Analysis: Conduct assessment of current culture, (via observations and interviews). Identify consequences of current culture on organizational and employee performance, and identify what is desired to enhance performance and commitment. ? Create, Implement, and Monitor the Cultural Change Process: ? Clarify a sense of urgency ? Identify key leadership teams ? Develop a vision and strategy ? Create a communication plan ? Empower and encourage employees to take action ? Identify and reward short term wins ? Consolidate wins and hire/train employees who can implement cultural changes ? Anchor and sustain the changes ? Identify the necessary characteristics to be an effective leader in OTS and distinguish those characteristics from being an effective manager in OTS. ? Facilitate leadership training sessions to develop effective leadership attributes among the office to sustain the Culture of Safety in OTS. ? Provide a structure for leaders to document effective Individual Development Plans (IDP) for employees and how to coach employees through the IDP process. ? Provide leadership coaching for OTS leaders. ? Create and implement a peer-mentoring process to develop cross-organizational knowledge, build relationships, and develop/enhance confidence. ? Design and implement skill development trainings to address the two specific leadership needs for OTS. 3.0 DELIVERABLES Deliverables Due Dates ? Meet with senior leadership to develop needs/gap analysis June 22, 2007 ? Interview target audience June 28, 2007 ? Submit assessment, course of action, and identify key leadership teams July 9, 2007 ? Develop a vision and strategy July 16, 2007 ? Create a communication plan August 13, 2007 ? Train employees who can implement cultural change November 2, 2007 ? Develop IDPs and coach employees November 2, 2007 ? Facilitate leadership training sessions December 3,2007 ? Provide leadership coaching January 18, 2008 ? Create & Implement peer-mentoring process March 14, 2008 ? Design and implement skill development training May 12, 2008 3.1 METHOD OF SUBMISSION ? Deliverables will be submitted electronically ? Deliverables will be submitted to the Project Officer and Principle (John Powell) ? Deliverables may be rejected and or accepted by the Project Officer and Principle John Powell ? Monthly progress reports must be submitted by the 20th of every month to John Powell ? Invoices must be submitted to the Project Officer and FDA accounts Payable on a monthly basis 4.0 PERIOD OF PERFORMANCE Performance Period: Twelve months from the date of award with two (2) option years (Subject to the availability of funds, future related tasks may include the following) Option Year 1 - Phase 2: Collaborations Skills (Subject to the availability of funds, future related tasks may include the following) Provide an opportunity to complete a collaborations skills assessment and identify areas for growth. - identify principles for effective collaboration and ways in which organizations sustain collaboration - provide a structure for effectively addressing and managing conflict through collaboration - implement a team coaching process to address and maintain collaboration - implement an upward feedback process to sustain principles of team collaboration - provide an opportunity to develop negotiation skills - create a model for targeted leaders to build extended organizational networks to create and enhance collaboration - design specific leadership training opportunities Option Year 2 - Phase 3: Impact Skills (Subject to the availability of funds, future related tasks may include the following) Provide an opportunity to complete communications skills assessment and identify areas for growth - individual coaching on management skills/behavior - implementation of a team-based 360 degree performance assessment system - develop meeting facilitation skills - adapt training to individual needs as determined from Year 2 performance assessment 5.0 LOCATION, WORK SCHEDULE, AND TRAVEL Work will take place on government facilities located in the Washington metropolitan Area. Possible locations are as follows but not limited to: 10903 New Hampshire Ave, Silver Spring, Maryland 20993; 5600 Fishers Lane, Rockville, Maryland 20852; 5515 Security Lane, Rockville, Maryland 20852 Contractors will be required to conduct 80% of work during the hours of 8:00am - 6:00 pm while employees are working in the office. 6.0 SECURITY AND PRIVACY Designated contractor will be required to submit information required to obtain an FDA contractor security clearance in order to enter the facility throughout the duration of the contract. Designated contract will be required to sign a "Public Trust and confidentially" statement. 7.0 CONTRACTOR CONFORMANCE WITH APPLICABLE LAWS, REGULATIONS, POLICIES AND STANDARDS The Contractor shall be responsible for knowledge of and compliance with all applicable federal information technology and information management laws, regulations, policies and standards at the government-wide, HHS and FDA levels. At the government-wide level, these include Office of Management and Budget (OMB), National Institute of Standards and Technology (NIST) and General Accounting Office (GAO). These can be primarily found at or through the Federal CIO Council website at: http://www.cio.gov. HHS documents are found at: http://www.cdc.gov/irmo.
- Place of Performance
- Address: 10903 New Hampshire Avenue, Silver Spring, Maryland
- Zip Code: 20993
- Country: UNITED STATES
- Zip Code: 20993
- Record
- SN01292874-W 20070513/070511220811 (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 |