Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 15, 2011 FBO #3429
SOLICITATION NOTICE

R -- 2011 NHLBI Leadership Lab

Notice Date
4/13/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611430 — Professional and Management Development Training
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Heart, Lung and Blood Institute, Rockledge Dr. Bethesda, MD, Office of Acquisitions, 6701 Rockledge Dr RKL2/6100 MSC 7902, Bethesda, Maryland, 20892-7902
 
ZIP Code
20892-7902
 
Solicitation Number
NHLBI-CSB-(HO)-2011-165-RMD
 
Archive Date
5/6/2011
 
Point of Contact
Renee Dougherty, Phone: 301-435-7920, Joanna M. Magginas, Phone: (301) 435-0360
 
E-Mail Address
dougherr@nhlbi.nih.gov, Magginaj@nhlbi.nih.gov
(dougherr@nhlbi.nih.gov, Magginaj@nhlbi.nih.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format specified in FAR SUBPART 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation and a separate written solicitation will not be issued. The solicitation number for this acquisition is NHLBI-CSB-(HO)-2011-165-RMD and is issued as a Request for Quotation (RFQ). The acquisition will be made pursuant to the authority in FAR Part 13.3 Simplified Acquisition Methods, and FAR Part 13.5 Test Program for Certain Commercial Items. The resultant purchase order will include all applicable provisions and clauses in effect through the Federal Acquisition Circular 2005-51 (April 11, 2011). The total contracted dollar amount, including options, will not exceed $6.5 million. This acquisition is being conducted on a competitive basis as a total small business set aside. The North American Industry Classification System (NAICS) code for this acquisition is 611430 – Professional and Management Development Training and the associated small business size standard is $7.0 million. The period of performance of this acquisition is anticipated to be from June 1, 2011 through January 31, 2012. The Government’s acceptance terms and FOB destination point is the National Institutes of Health (NIH), National Heart, Lung, and Blood Institute (NHLBI), Bethesda, Maryland. The National Heart, Lung, and Blood Institute (NHLBI), intends to award a fixed price purchase order for leadership development services as described below: Statement of Work: Leadership development is a foundation of succession planning at the National, Heart, Lung, and Blood Institute (NHLBI). The NHLBI Succession Plan focuses on training and development initiatives to prepare high potential employees for leadership roles. To address the NHLBI leadership development needs in a timely and comprehensive manner and to provide necessary training and experience to high potential leaders resulting in their career growth, the NHLBI has approved a new leadership development program titled the NHLBI Leadership Lab. The NHLBI Leadership Lab will include traditional cohort learning activities, as well as challenging assignments and management involvement. The program is designed as a leadership development program that includes nine one-day cohort sessions every three to four weeks over a 7-month period and non-classroom components for 24 participants. The contractor shall provide leadership development services to enhance leadership competencies and training needs identified by participants and the NHLBI. Program design must include: 1.Interest Based Negotiation: Based upon the principles introduced in Roger Fisher’s seminal text, Getting to Yes, Interest based negotiation is a methodology designed to produce outcomes superior to those typically achieved in “position-based” negotiation (i.e., negotiations focused on fixed positions and opposing viewpoints, which often result in compromises or impasses). Interest based negotiation is also designed to improve the efficiency (or reduce the transactional costs) of negotiations and collaborations. 2.Results Based Accountability TM: Results Based Accountability TM is a framework and set of skills for ensuring both disciplined decision-making and accountability for achieving desired results. Key principles include the use of (1) data to align day-to-day decision making with the achievement of desired ends and (2) transparency to drive innovation by surfacing and challenging assumptions. 3.Situational Leadership: Method that instructs NHLBI’s managers in the skill of diagnosing an individual’s development level on a specific goal or task, then adapting their leadership style to match the situation. It offers a strategy for aligning individual goals to NHLBI’s goals. The role of the situational leader is to provide direct reports with whatever it takes—goals, direction, training, support, feedback, or recognition—to develop their skills, motivation, and confidence. Situational leadership creates a partnership between managers and staff that enables staff to feel empowered. 4.Strengths-Based Leadership: Effective leadership is about a leader maximizing their strengths. According to research conducted by Gallup, effective leaders must know their strengths and invest in others’ strengths, get people with the right strengths on their group, and understand and meet the four basic needs of those who look to them for leadership The contractor shall: •Manage the NHLBI Leadership Lab that results in agile leaders who have the skills to lead in a culture of dynamic change. •Provide a draft program design to include proposed content for each session. •Provide the processes and steps the contractor followed in developing the initiatives for the Leadership Lab. •Provide copies of content being developed for each session. •Collaborate with NHLBI management (two weeks prior to the first training session) to define, analyze and finalize work processes, operating procedures, and organizational development. •Develop and conduct nine full day sessions on the following dates: SessionDate 1July 14, 2011 2July 28, 2011 3August 18, 2011 4September 8, 2011 5September 27, 2011 6October 12, 2011 7November 3, 2011 8November 12, 2011 9December 15, 2011 •Administer 360 Degree Leadership Survey and Myers-Briggs Type Indicator© which includes the electronic system (program), the evaluation, communication, and the final analysis and distribution of results prior to start of first session by a certified administrator. •Provide a cadre of coaches to facilitate a minimum of six hours of executive coaching per participant with experience and knowledge in evaluating 360 Degree and Myers-Briggs Type Indicator© Assessments. •Make recommendations for programs and initiatives that align with the NHLBI leadership development strategies. •Work closely with the Office of Workforce Management project staff on a daily basis. •Provide weekly progress reports detailing activities performed during the reporting period. •Develop strategies; provide recommendations and input on leadership planning and programmatic activities; complete projects by established deadlines; arrive on time and attend meetings as scheduled. •Define measurable outcomes and evaluate success of NHLBI leadership and training efforts. •Provide recommendations to the Office of Workforce Management (OWM) Director and NHLBI senior staff on the resources’ utilization, and the facilitation of their implementation. •Identify and leverage best practices in leadership development to address these needs. Reporting Requirements: In addition, the contractor shall provide: •Before start of first session: An electronic copy of any presentation materials and handouts at least 5 business days prior to session date. •During program duration: Evaluation, assessment, and recommendations for any modifications to subsequent sessions or program design, in writing, within 5 business days of each session. •After program concludes: Evaluation of program, it’s effectiveness in achieving designed goals, and recommendations for next steps in leadership development at NHLBI, in writing, within 10 business days of conclusion of last session. Government Responsibilities: For each session, the Government will provide meeting rooms (located within a 5 mile radius of the NIH main campus: 9000 Rockville Pike, Bethesda, Maryland 20892), food and beverages, information technology, e.g., projectors, laptops, and classroom materials, e.g., flip charts, pens, pencils, notepads, etc., required for this project. FAR provisions and clauses that apply to this acquisition are: FAR 52.212-1, Instructions to Offerors-Commercial Items (JUN 2008); FAR 52.212-2 Evaluation – Commercial Items (JAN 1999); As stated in FAR Clause 52-212-2 (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: a) Demonstrated expertise and experience facilitating discussions on Interest based negotiations and Results Based Leadership (20 points); b) Demonstrated experience (a minimum of 5 years experience) delivering training to NIH leadership, including knowledge of NIH culture and processes (20 points); c) Demonstrated expertise administering, analyzing, and incorporating 360 Degree and MBTI Assessments into individual development (15 points); d) Availability of experienced executive coaches (15 points); e) Demonstrated experience in building strong relationships with senior management and internal and external task forces to develop and implement change processes and strategies (10 points); f) Demonstrated strong analytical skills and experience in preparing cogent benchmark analysis and summaries along with recommended actions (10 points); g) Demonstrated superior communication and presentation skills (10 points). The merits of each proposal will be evaluated carefully, based on responsiveness to the requirements set forth in this combined synoposis/solicitation and the thoroughness and feasibility of the technical approach taken. A best buy analysis will be performed taking into consideration technical approach, past performance, and price. Please be advised that, in the selection of a contractor for this acquisition, paramount consideration shall be given to the evaluation of technical and past performance rather than cost or price. All evaluation factors, other than cost or price, when combined, are significantly more important than cost or price. The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the initial offer should contain the offeror’s best terms from a technical and price standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any and all offers if such action is deemed necessary. The Government may also waive informalities and minor irregularities in the offers received; FAR 52.212-3, Representations and Certifications – Commercial Items (AUG 2009); FAR 212-4 Contract Terms and Conditions – Commercial Items (JUN 2010); FAR 52-212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders – Commercial Items (JUL 2010) is included with the following additional clauses: FAR 52.203-6, Restrictions on Subcontractor Sales to the Government (SEP 2006), with Alternate 1 (OCT 1995); FAR 52-219-4, Notice of Price Evaluation Preference for HUBZONE SMALL Business Concerns (JUL 2005); FAR 52.219-8, Utilization of Small Business Concerns (MAY 2004); FAR 52.219-9, Small Business Subcontracting Plan (APR 2008); FAR 52.219-16, Liquidated Damages – Subcontracting Plan (JAN 1999); FAR 52.219-28 Post Award Small Business Program Representation (APR 2009); Far 52.222-19, Child Labor – Cooperation with Authorities and Remedies (AUG 2009); FAR 52.222-21, Prohibition of Segregated Facilities (FEB 1999); FAR 52.222-26, Equal Opportunity (MAR 2007); FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEP 2006); FAR 52.22-36, Affirmative Action for Worker with Disabilities (JUN (1998); FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veteran of the Vietnam Era, and Other Eligible Veterans (SEP 2006); FAR 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (DEC 2010); FAR 52.225-1, Buy American ACT - Supplies (FEB 2009); FAR 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008); FAR 52.232-33, Payment by Electronic Funds Transfer – Central Contractor Registration (OCT2003); and FAR 52.204-7, Central Contractor Registration (APR2008). The clauses are available in full text at http://www.acquisition.gov/far. In order to be considered for an award, an offeror must have completed the online electronic Representations and Certifications located at https://orca.bpn.gov/ in accordance with FAR 4.1201(a). By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the CCR at www.ccr.gov/ prior to award, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchase agreement resulting from this solicitation. NOTE: lack of registration in the CCR will make an offeror ineligible for award. Interested vendors capable of furnishing the Government with the leadership development services specified in this synopsis should submit their quotation to the address below. Quotes are due April 21, 2011 by 10:30 a.m. Eastern Standard Time at the National Heart, Lung, and Blood Institute, Office of Acquisitions, COAC Services Branch, 6701 Rockledge Drive, Room 6144, Bethesda, Maryland 20892-7902. Attention: Renee Dougherty, Contract Specialist, 301-435-7920. Quotations shall be submitted electronically to dougherr@nhlbi.nih.gov and must reference the solicitation number: NHLBI-CSB-(HO)-2011-165-RMD. Please also include the Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the business size. Responses will only be accepted if dated and signed by an authorized company representative. Faxed copies will not be accepted. All responsible sources may submit a quotation which if timely received shall be considered by the agency.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NHLBI/NHLBI-CSB-(HO)-2011-165-RMD/listing.html)
 
Place of Performance
Address: National Institutes of Health, 9000 Rockville Pike, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN02423427-W 20110415/110413234132-353d3405bc869623076439eba63d7c44 (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.