Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 20, 2009 FBO #2826
SOLICITATION NOTICE

U -- Supervisors' Course for First-Level Management - Statement of Work

Notice Date
8/18/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611430 — Professional and Management Development Training
 
Contracting Office
Other Defense Agencies, National Geospatial-Intelligence Agency, AC Headquarters Support (ACH), Attn: ACH Mail Stop D-88, 4600 Sangamore Road, Bethesda, Maryland, 20816-5003, United States
 
ZIP Code
20816-5003
 
Solicitation Number
HM017709R0026
 
Archive Date
9/18/2009
 
Point of Contact
Latania E. Funn, Phone: 301-227-7551, Ericka L Franklin, Phone: 301-227-5989
 
E-Mail Address
Latania.E.Funn@nga.mil, Ericka.L.Franklin@nga.mil
(Latania.E.Funn@nga.mil, Ericka.L.Franklin@nga.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Attached Statement of Work This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. The National Geospatial-Intelligence Agency (NGA) has a requirement for Professional and Management Development Consulting Services. The solicitation number is HM017709R0026 and is issued as a Request for Proposal (RFP). This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation is being set-aside for small business concerns. The associated NAICS Code is 611430 and the size standard is $7.0 Million. Period of Performance: The period of performance of this effort will be date of award through 29 March 2010. Please submit pricing for 7, 2-day sessions. Type of Contract: Firm Fixed Price. Government Furnished Materials: NGA will provide a workspace with computer workstations and any historical documentation needed to perform contract tasks. Place of Performance: Work performed under the resulting contractual action will be at the NGA Bethesda site and other external locations approved by NGA. Background: NGA requires a professional and management development consultant to assist the Source Operations and Management Directorate first-level supervisors' in building an effective decision-making team process; provide strategic planning and analytic tradecraft development expertise; facilitate selected first-level supervisors' problem-solving sessions; and craft and facilitate management workshops for first-level supervisors'. Scope: Please see attached Statement of Work. Evaluation Factors: The following evaluation factors (Factors 1 and 2) are considered mission essential to this contract and are of equal importance. Factor 1: Experience of Consultant: Contractor shall provide resume and relevant knowledge of leadership development in the intelligence community as it relates to the requirement. Contractor must possess knowledge of NGA and the Source Directorate. Factor 2: Past Performance: Contractor shall submit evidence that documents past experience in developing training workshops/plans. This will include providing an example and description of plans developed in addition to three professional references with up to date contact information with date of services performed (within the past three years), point of contact (name, telephone number, and email address). Price of Services: Price is of equal importance when compared to all factors combined. Award will be made based on the overall best value to the Government. Security: Contractor shall possess a current TS SI/TK Security Clearance. Security will be evaluated on a Pass/Fail basis. Full Text FAR clauses can be found at: http://www.arnet.gov/far/ The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-36. The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items and FAR 52.212-2, Evaluation-Commercial Items applies to this acquisition. Vendors are required to submit a completed copy of FAR 52.212-3, Offeror Representations and Certification--Commercial Items, with their offer. The clause at 52.212-4, Contract Terms and Conditions--Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders--Commercial Items, applies to this acquisition, with the following clauses: FAR 52.203-3, Gratuities; FAR 52-204-2, Security Requirements; FAR 52-204-9, Personal Identity Verification of Contractor Personnel; 52.219-28, Post Award Small Business Program Representation; 52.222-3, Convict Labor; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52-222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees; 52.222-50 with Alternate 1, Combating Trafficking in Persons; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration, 52.239-1 Privacy or Security Safeguards. The clause at DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies to this acquisition with the following clauses: DFARS 252.225-7012, Preference for Certain Domestic Commodities; DFARS 252-232.7003 Electronic Submission of Payment Requests and Receiving Reports; DFARS 252.247-7023 with Alternate III, Transportation of Supplies by Sea; 252.203-7000, Requirements Relating to Compensation of Former DoD Officials. Contract terms and conditions required to implement statutes or Executive Orders applicable to Defense acquisitions of Commercial Items. To view the clauses in full text, visit www.arnet.gov. Vendors must be approved and registered in Central Contractor Registration (www.ccr.gov) before award can be made. Note: The Contracting Staff will only respond to questions or request for information in writing via normal mail, FAX(301)227-5759 or email. Telephone requests will not be granted. Closing date for this notice is 15:00 EST Monday 7/06/2009. Responses shall be submitted via email only to Latania Funn at Latania.E.Funn@nga.mil and Ericka Franklin at Ericka.L.Franklin@nga.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/5c18d25cb58e016e8db3724fde9d3b31)
 
Place of Performance
Address: Place of Performance: Work performed under the resulting contractual action will be at the NGA Bethesda site and other external locations approved by NGA., United States
 
Record
SN01917049-W 20090820/090819001855-5c18d25cb58e016e8db3724fde9d3b31 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.