Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 04, 2011 FBO #3479
MODIFICATION

U -- BUILDING A HIGH TRUST UNIFIED LEADERSHIP TEAM

Notice Date
6/2/2011
 
Notice Type
Modification/Amendment
 
NAICS
611430 — Professional and Management Development Training
 
Contracting Office
NASA Shared Services Center Procurement Division Building 1111 Stennis SpaceCenter, MS 39529-6000
 
ZIP Code
39529-6000
 
Solicitation Number
NNX11TC83P
 
Response Due
6/14/2011
 
Archive Date
6/2/2012
 
Point of Contact
Suzanne Honeycutt, Contracting Officer, Phone 228-813-6173, Fax 228-813-6315, Email suzanne.honeycutt-1@nasa.gov
 
E-Mail Address
Suzanne Honeycutt
(suzanne.honeycutt-1@nasa.gov)
 
Small Business Set-Aside
Woman Owned Small Business
 
Description
THIS NOTICE CONSTITUTES AMENDMENT NO. 1 TO THE COMBINED SYNOPSIS/RFQ FOR BUILDINGA HIGH TRUST UNIFIED LEADERSHIP TEAM. Companies shall acknowledge all amendment(s) intheir quote. This notice serves as the official amendment to subject synopsis/RFQ and awritten amendment will not be issued.The purpose of this amendment is to respond to questions received from industry.The due date for receipt of offers is not extended. Q1. Who is the current incumbent provider? A1.There is no incumbent. Q2. The above referenced procurement is a small business set aside reserved exclusivelyfor Woman Owned Small Businesses (WOSB). Must bidders have received their certificationalready, or are you willing to work with a WOSB that is still in the process of beingcertified? A2. Eligibility requirements under the revised Women Owned Small Business Program are: a. Meet small business size standard for primary NAICS code and contract; b. At least 51% unconditionally and directly owned by women who are US citizens; c. The women must manage the day-to-day operations; d. The women must make the long-term decisions for the business; e. A woman must hold highest officer position; f. The woman must work at the business full-time during normal working hours; g. No minimum amount of time the business has been operationalQ3. Is the requirement for 'certified' coaches an absolute or can significant experience(with references) be substituted?A3. The Government is looking at qualifications of instructors/coaches with significantexperience in coaching senior executives. International Coaching Federation (ICF)certification is preferred but not mandatory.Q4. Will responses to specific questions be provided to the individual vendor? A4. No, all responses will be posted in an amendment(s) to FedBizOpps.Q5. Will all vendor questions be posted on FedBizOpps and other procurement sites? Ifso, are they posted with the name of the firm asking the question, or as a consolidatedpool of questions? A5. Yes, all questions and answers will be posted on FebBizOpps only.No, the name ofthe firm asking questions will not be identified. Only a consolidated pool of questions will be posted.Q6. Do you know by what date the responses will be posted?A6. First responses are posted as of today, June 2, 2011. Q7. How much time do you estimate for the on-site senior management activities andmeetings to observe the behaviors and skills of participants? A7. Vendor determined.Q8. Are the 1 to 2 day sessions already prepared?A8. NoQ9. It states that the provider will be required to utilize off the shelf curricula andalso states 5 session topics.If the material is already prepared, how many full daysessions will be required to deliver the training? A9. The material is not prepared and as indicated in the solicitation, there are sixsession topics under the On-site training courses curriculum. The solicitation statesthat on-site training courses shall be conducted monthly, 1-2 day sessions with theparticipants.Q10. You ask to include a technical approach which includes the proposed curriculum. Are you asking for the proposed curriculum for the coaching and on-site meetings? Ifnot, can you provide any more information on the off the shelf curricula for the 5training sessions listed in the solicitation?A10. On-site meetings. No additional information is provided regarding the off theshelf curricula.Q11. Do you plan to respond to questions per vendor, or consolidate all questions andpost responses online, or both?A11. All questions will be posted on FedBizOpps only.No responses to individualvendors will be made.Q12 If posted online, will vendors be indentified per question?A12. Vendors will not be identified.Q13. Is there an incumbent provider or is this new work? A13. There is not an incumbent provider for this project. This is considered new work.Q14. Regarding the certification/accreditation standards for the coaches in thisprogram, would Emotional and Social Competency Inventory (ESCI) accreditation besufficient for this requirement?A14. ESCI is only one of the tools that will be used however; please refer to Question 3above for the experience we are looking for in coaches.Q15. Is it acceptable to schedule individual 1-2 hour onsite Executive Coaching sessionsover one week per month, or do they need to be compressed in a shorter period of time? A15. There will be flexibility in scheduling and coaching given the limited timeavailability of senior executives.Q16. Can you provide further clarification regarding the evaluation criteria?Does theorder reflect the ranking or importance of each factor? Is there a weight applied toeach factor?A16. Under the simplified acquisition process in FAR Subpart 13.106(a)(2), theevaluation factors were identified in the solicitation. Language in this FAR referencedoes not require that we state the relative importance assigned to each evaluationfactor. This is a best value procurement.Q17. Is there a preferred format for the proposal? A17. NoQ18. Other format related questions include: Is there a response page limit; does itinclude past performances and resumes?A18. There is no page limit. Q19. Are there NASA templates for past performances and resume submissions?A19. NoQ20. Is there a requirement for specific personnel to be designated as key personnel? If so, what are the requirements regarding key personnel?A20. No, but as stated in the solicitation, the proposed personnel must be the personnelthat actually perform the work. Q21. For travel cost considerations, can NASA designate an estimate to be used bybidders? A21. No, vendor should estimate actual costs for travel.Q22. Can NASA provide background information for the Senior Management Team members? A22. No further information will be given. This information will be provided to theselected vendor.Q23. By what date do you anticipate announcing the award? A23. Anticipated award date is no later than July 1, 2011.Q24. Is there a specific structure or 'Request for Proposal' document detailing how youwould like us to respond, or perhaps headings which you would like us to follow orinclude in our quote?A24. No, vendor will determine the format.Companies shall provide the information stated in the synopsis/RFQ posted on the NASAAcquisition Internet Service (NAIS) on 5/31/2011. Documents related to this procurementare available over the Internet. These documents reside on a World Wide Web (WWW) serverwhich may be accessed using a WWW browser application. The Internet site, or URL, for theNASA/NSSC Business Opportunities home page ishttp://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=12
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/NSSC/NSSC1/NNX11TC83P/listing.html)
 
Record
SN02462058-W 20110604/110602234311-4b4892afc86de89fa0539fb45b10295f (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.