SOLICITATION NOTICE
R -- NGA Leadership Coaching - Package #1
- Notice Date
- 5/13/2011
- 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
- HM017711R0025
- Point of Contact
- Lora L. Mackin, Phone: 571-557-2437, Judith A. Hart, Phone: 571-557-2429
- E-Mail Address
-
Lora.L.Mackin@nga.mil, judith.a.hart@nga.mil
(Lora.L.Mackin@nga.mil, judith.a.hart@nga.mil)
- Small Business Set-Aside
- N/A
- Description
- Labor Categories/Rates Worksheet FAR Clause Certs and Reps Past Performance Questionnaire NI 5410.1R10 DD Form 254 Quality Assurance Surveillance Plan Nondisclosure agreement Performance Work Statement pages 7-13 Performance Work Statement pages 1-6 Solicitation pages 5-55 Solicitation pages 1-4 I.General Instructions This is a combined synopsis/solicitation for commercial services 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. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-51. The National Geospatial-Intelligence Agency (NGA) Leadership Coaching Program (LCP) has a requirement for contractor support to provide the LCP management team with staff assistance and a cadre of certified, professionally trained, and TS/SCI-level cleared executive coaches to work in partnership with NGA’s Human Development Recruitment Services Career Development Division (HDRC). The overarching goal of the LCP is to support the mission through enhanced leadership effectiveness. This requirement is solicited as a Full and Open Competition and competed solely through the Government Point of Entry (www.fbo.gov). The associated contract clauses and Performance Work Statement are included with this synopsis/solicitation. Award will be made to the Offeror whose proposal is determined to provide the best value to the Government. The Government may select other than the lowest proposed cost/price proposal or other than the highest technically rated proposal. The Government may select a superior technical/management offer it is determined that the additional merit offered is worth the additional cost in relation to the other proposals received. All vendors interested in submitting a proposal for consideration should do so, prior to the solicitation closing date, in the form of an email, to the Points of Contact listed in this solicitation. All submissions should be in accordance with the stipulations set forth below: •The proposal shall be clear and concise and include sufficient detail for effective evaluation. The Offeror should not simply rephrase or restate the Government’s requirements, but rather shall provide convincing rationale to address how the Offeror intends to meet these requirements. The Offeror should assume the Government has no prior knowledge of its capabilities and experience, and the Government will base its evaluation on the information presented in the Offeror’s proposal. •Elaborate brochures or documentation, binding, detailed artwork, or other embellishments are unnecessary and are not desired. •The proposal package must be received by the date and time specified in Block 8 on Page 1 of this RFP. Submissions should not contain attachments greater than 5MB in size. Larger documents may be sent in more than one attachment. Proposals shall be submitted to Lora Mackin at lora.l.mackin@nga.mil and to Judith Hart at hartj@nga.mil no later than 3 June 2011, 1600 hours EST. Attachments: 1.SF1449.pdfSolicitation 2.RFP – HM0177-11-0025.docRFP clauses 3.PWS pg 1-6.pdfPerformance Work Statement 4.PWS pg 1-6.pdfPerformance Work Statement 5.Nondisclosure.pdfNon-disclosure Agreement 6.Quality.pdfQuality Assurance Surveillance Plan 7.Security.pdfDOD Contract Security Classification Specification 8.Travel.pdfNGA Instruction for Travel Management 9.PPQ.pdfPast Performance Questionnaire 10.Clause 52.212-3.docOfferor Representations and Certifications 11.Labor Categories Worksheet.docExample Proposed Labor Rates Worksheet Contracting Office Address: Attn: ACH/MS S84-ACH 7500 GEOINT DRIVE Springfield,VA 22150 Primary Point of Contact: Lora Mackin at lora.l.mackin@nga.mil Secondary Point of Contact: Judith Hart at hartj@nga.mil NGA Website: www.NGA.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/fc41b65d5bf891f8380edb116e1a2941)
- Place of Performance
- Address: Several NGA sites Primarily NGA St Louis, MO and NGA, 7500 GEOINT Drive, Springfield, Virginia, 22150, United States
- Zip Code: 22150
- Zip Code: 22150
- Record
- SN02448066-W 20110515/110513235043-fc41b65d5bf891f8380edb116e1a2941 (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 |