SOLICITATION NOTICE
R -- Training for Leasdership and Development for Successful Organizational Change for the FDA - Pricing Table
- Notice Date
- 6/11/2009
- Notice Type
- Combined Synopsis/Solicitation
- 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, Maryland, 20857-0001
- ZIP Code
- 20857-0001
- Solicitation Number
- 1058150
- Archive Date
- 7/7/2009
- Point of Contact
- Mary Rose A. Nicol, Phone: 3018277183
- E-Mail Address
-
MaryRose.Nicol@fda.hhs.gov
(MaryRose.Nicol@fda.hhs.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Pricing Table This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.6, and FAR 13, simplified acquisition procedures and the resultant purchase order will include all applicable provisions and clauses in effect through the Federal Acquisition Circular 05-30. This announcement constitutes the only solicitation and a written solicitation will not be issued. This combined synopsis/solicitation, NAICS code 541611, is to notify contractors that the government intends to issue a Firm Fixed Price Contract in accordance with FAR Part 13.106 for the following specifications, under the simplified acquisition procedures. This action is designated as a 100% small business set-aside for a span of four (4) months. Prospective offerors are responsible for downloading the solicitation and any amendments. It is the offeror's responsibility to monitor the FedBizOpps website for the release of any amendments to this solicitation. The Government reserves the right to award a contract without discussions if the Contracting Officer determines that the initial offer(s) is/are providing the Best Value and discussions are not necessary. This solicitation is issued as a Request for Quotes (RFQ). The Food and Drug Administration (FDA) intends to award a contract for Leadership and Development Training for Successful Organizational Change, The Statement of Work reference to this solicitation are listed as follows: Statement of Work 1) Purchase Specialized Training - Leadership and Development Training for Successful Organizational Change. 2) Statement of work and deliverable: The Office of Surveillance and Epidemiology, (OSE) is requesting non-off the shelf training specifically designed to meet the newly established division component, staff, and functions and responsibilities. The training is part of an on-going CDER transformation process regarding drug safety. This training is intended to assist the organization, staff, and management leadership in the implementation process and enhance the chances for a successful transition. Overall Deliverables •For each training module, hold a teleconference or in person meeting with the division director and other division staff, as needed, to plan the specific focus and details of the training. •Deliver a 2-day training program on team development and training service to each of three OSE divisions. •After each training program, hold a close-out teleconference or in-person meeting with the Division Director and Deputy, or other staff as needed, to discuss outcomes of training. The requirements, performance, and quality control are specified below: Requirement 1 - The suggested training will be appropriate for the FDA scientific staff and aligned to FDA’s drug safety transformation plans. This requires the proposed contractor to have knowledge of the Office of Surveillance and Epidemiology organizational structure, reporting relationships, new mandates under the Food and Drug Administrations Amendments Act, roles and responsibilities and the transformation plan in order to design a training program for three of its newly established divisions catering to their respective program activities elements Performance Standard 1 – The designed training program incorporates the requirement mentioned above, and includes facilitator’s resume and all materials submitted for review and approval by the project officer prior to commencement of training. The delivery of the training modules should conform to the approved design, selected facilitator, and materials, and feedback documents meeting this requirement.. Quality Control 1 – Project Officer will review all materials for compliance with requirement such as incorporating training modules to the needs of the specific scientific staff, organization, and transformation plans. The Project Officer will sit in the delivery of the training for evaluation of the performance and receive feedback documents from the employees to evaluate feedback from attendees. Requirement 2 – The designed training program must demonstrate the capability to provide management and leadership development, and coaching for new OSE managers and supervisors dealing with new employees, roles and responsibilities, reporting and multilateral relationships, and expanding workload and organizational components. Requirement 3 – The designed training program must demonstrate the capability to provide Management and Leadership tools and skill development for OSE managers and team leaders to develop the potential of employees under their supervision Requirement 4 – The designed training program must demonstrate the capability to provide organizational and process management tools for assisting OSE managers, team leaders, and employees dealing with typical line operational processes and complex multilateral program activity/operational processes Requirement 5 – The designed training program must demonstrate the capability to provide communication and conflict resolution tools and skill development for assisting OSE employee’s transition from advisory (Subject Matter Expert) roles to equal partners under one voice Requirement 6 – The designed training program must demonstrate the capability to provide teambuilding skills for developing OSE employees to become a cohesive, adaptive and coherent organizational unit under a transitional environment. Note: This applies to Requirements 2 through 6 of this announcement Performance Standard 6 – The designed training program incorporates the requirement mentioned above, and includes facilitator’s resume and all materials submitted for review and approval by the project officer prior to commencement of training. The delivery of the training modules should conform to the approved design, selected facilitator, and materials, and feedback documents meeting this requirement. Note: This applies to Requirements 2 through 6 of this announcement Quality Control 6 – Project Officer will review all material for compliance with requirement. Evaluate and approve training met the designated requirement in the delivery and from attendee’s feedback Period of Performance: 4 months EVALUATION AND AWARD: TECHNICAL EVALUATION CRITERIA A. Technical Proposal The technical evaluation criteria are listed in descending order of importance. Offerors are requested to organize the contents of their technical proposal in the order of the technical evaluation criteria listed below: Service (Training) Functionality Management Plan Past Performance The technical proposal shall be evaluated qualitatively and categorized as Excellent, Highly Acceptable, Acceptable, Minimally Acceptable, and Unacceptable. 1. Service (Training) Functionality: 1.The proposed training will be evaluated against the requirements listed in the Statement of Work. 2.The suggested training will be appropriate for the FDA scientific staff and aligned to FDA’s drug safety transformation plans. 3.A written technical proposal which demonstrates the following knowledge and capabilities: a.Demonstrated capability to provide Management and Leadership development and coaching for new OSE managers and supervisors dealing with new employees, roles and responsibilities, reporting and multilateral relationships, and expanding workload and organizational components. b.Demonstrated capability to provide Management and Leadership tools and skill development for OSE managers and team leaders to develop the potential of employees under their supervision. c.Demonstrated capability to provide organizational and process management tools for assisting OSE managers, team leaders, and employees dealing with typical line operational processes and complex multilateral program activity/operational processes. d.Demonstrated capability to provide communication and conflict resolution tools and skill development for assisting OSE employee’s transition from advisory (Subject Matter Expert) roles to equal partners under one voice. e.Demonstrated capability to provide teambuilding skills for developing OSE employees to become a cohesive, adaptive and coherent organizational unit under a transitional environment. 2. Management Plan: The proposed management plan shall include: a.A designed training program, which includes consulting/coaching for managers and team leaders as well as teambuilding and communication exercises for staff. b.Clearly outlines the implementation of the technical requirements, customer service and delivery of training program as required for FDA employees. c.Clearly outlines the intended outcomes from the training program. 3. Past Performance: The offeror shall provide information about three projects that are most similar to this effort in terms of type, scope, complexity, and size. This section shall be limited to no more than 6 pages. The offeror shall describe their current and past experience, identifying other organizations in which they have performed similar tasks including the degree of their involvement, the size of the organization, and other information to describe their experience and performance in the subject areas. Projects listed may include those entered into by the Federal Government, agencies of state and local governments, and commercial customers. Offerors that are newly formed entities without prior contracts should list contracts and subcontracts as required. For each project identified above, the offeror shall submit the following information: 1.Name of contracting activity (Federal Government agency, local government, commercial customer) 2.Contract number 3.Contract type 4.Total contract value 5.Contract work 6.Contracting Officer contact information (phone, fax, email) 7.Project Officer/Contracting Officer’s Technical Representative contact information (phone, fax, email) 8.Administrative Contracting Officer contact information – if different from item 6 (phone, fax, email) By past performance, the government means the offeror’s record of conforming to specifications and to standards of quality service. Evaluation of past performance will be based on performance documentation or any other pertinent information available. It will not be based solely on information provided by the offeror, not on absolute standards of acceptable performance. The government is seeking to determine whether an offeror has consistently demonstrated a strong commitment to customer satisfaction and high performance of services. This is a matter of judgment. The government will assess the relative risks associated with each offeror. Performance risks are those associated with an offeror’s likelihood of success in performing the acquisition requirements as indicated by that offeror’s record of past performance. The offeror may provide information on problems encountered on the contracts and subcontracts identified in their past performance and actions taken to resolve those problems. Offerors should not provide general information on their performance on the identified contracts. General performance information will be obtained from the references. Criteria Used for Evaluation: Ratings of good, neutral and poor will be given. A rating of Good past performance will take precedence over neutral or poor past performance. Neutral past performance takes precedence over poor past performance. The Government will assess the relative risks associated with each offeror. Performance risks are those associated with an offeror's likelihood of success in performing the acquisition requirements as indicated by that offeror's record of past performance. The performance record may result in a neutral performance risk assessment, which will neither be used to the advantage nor disadvantage of the offeror. However, a positive past performance would be evaluate higher than a neutral rating. QUESTIONS DEADLINE: All questions are to be submitted via email to maryrose.nicol@fda.hhs.gov no later than June 16, 2009 4:30 pm EST. QUOTATIONS DUE: All quotations are due, via email to: maryrose.nicol@fda.hhs.gov no later than 4:30 pm, EST on June 22, 2009. PROVISIONS and CLAUSES: The provision at FAR 52.212-1, Instructions to Offerors Commercial Items applies to this solicitation. The following agenda has been attached to this provision: None. Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications Commercial Items. The clause at FAR 52.212-4, Contract Terms and Conditions, Commercial Items applies to this acquisition. The following agenda has been attached to the clause: None. The clause at FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items applies to this acquisition. The following FAR clauses cited are applicable: FAR 52.217-8, FAR 52.222-26, FAR 52.222-35, FAR 52.222-36, and FAR 52.232-33, FAR 52.217-9 Option to Extend the Term of the Contract. Clauses and provisions are incorporated by reference and apply to this acquisition. Responses to this notice must be sent via email to maryrose.nicol@fda.hhs.gov. No phone calls will be accepted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/DCASC/1058150/listing.html)
- Place of Performance
- Address: Rockville, Maryland, 20857, United States
- Zip Code: 20857
- Zip Code: 20857
- Record
- SN01842285-W 20090613/090611235401-062392a4df175f4b13f61d8b38607679 (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 |