SOLICITATION NOTICE
R -- Leadership Development Program
- Notice Date
- 3/1/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541611
— Administrative Management and General Management Consulting Services
- 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-(HL)-2012-046-RRJ
- Point of Contact
- Robin Jeffries, Phone: 3014350376, Joanna M. Magginas, Phone: (301) 435-0360
- E-Mail Address
-
robin.jeffries@nih.gov, Magginaj@nhlbi.nih.gov
(robin.jeffries@nih.gov, Magginaj@nhlbi.nih.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- (i) THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL SERVICES PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR 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 DOCUMENT WILL NOT BE ISSUED. (ii) The solicitation number is NHLBI-CSB-(HL)-2012-046-RRJ. The solicitation is being issued as a Request for Proposals (RFP). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 55. (iv) The associated North American Industrial Classification System (NAICS) code for this procurement is 541611 with a small business size standard of $7.0 million. THIS REQUIREMENT IS 100% SET ASIDE FOR SMALL BUSINESS. This acquisition is being conducted in accordance with FAR Part 12 and FAR Part 15. (v) Contract Line Item Number 0001: Quantity (1) Job, The Contractor shall provide all supervision, labor, materials and equipment to perform the following Statement of Work for the base year (dated of award through 9/30/12. Contract Line Item Number 0002: Quantity (1) Job, The Contractor shall provide all supervision, labor, materials and equipment to perform the following Statement of Work for the Option Year 1 (10/1/12 through 9/30/13). Contract Line Item Number 0003: Quantity (1) Job, The Contractor shall provide all supervision, labor, materials and equipment to perform the following Statement of Work for the Option Year 2 (10/1/13 through 9/30/14). (vi) 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, 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 orientation for all participants and nine one-day cohort sessions every one to four weeks over a 5-month period and non-classroom components for 24 participants. All classroom sessions will be held in Bethesda, MD. 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 Program: The program 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, for each participant, of content being developed for each session. • Provide a meeting with the Contracting Officer's Representative (COR) and 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 beginning in early April, running through August as follows: Session Base Year* Option Year 1 Option Year 2 Orientation April 3, 2012 April, 2013 April, 2014 1 May 9, 2012 May, 2013 May, 2014 2 May 10, 2012 May, 2013 May, 2014 3 May 24, 2012 May, 2013 May, 2014 4 June 4, 2012 June, 2013 June, 2014 5 June 5, 2012 June, 2013 June, 2014 6 June 20, 2012 June, 2013 June, 2014 7 July 26, 2012 July, 2013 July, 2014 8 August 9, 2012 August, 2013 August, 2014 9 August 30, 2012 August, 2013 August, 2014 *NOTE: Base Year dates are actual dates. The training room has been reserved. • Design and 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. • At a minimum of 2 to 4 times per week, the Contractor shall hold a conference call with the Contracting Officer's Representative to discuss the status of the program. • 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 to evaluate the success of the NHLBI Leadership Lab and training efforts. • Provide recommendations to the Contracting Officer's Representative on the resources' utilization, and the facilitation of their implementation. • Identify and leverage best practices in leadership development to address these needs. (vii) The place of performance: see Statement of Work. (viii) The FAR Provision 52.212-1, Instructions to Offerors - Commercial Item applies to this acquisition and is hereby incorporated by reference. All Federal Acquisition Regulation (FAR) clauses may be viewed at http://acquisition.gov/comp/far/index.html (ix) EVALUATION OF PROPOSALS Award shall be made to the lowest priced, technically acceptable offeror. The Government will evaluate proposals based on the following evaluation criteria: A) Technical Capability; B) Past Performance and C) Price. Price shall not be evaluated on proposals that are determined technically unacceptable in accordance with the Technical Evaluation factors. Evaluation of Options: In accordance with FAR Provision 52.217-5, Evaluation of Options, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement, except when it is determined in accordance with FAR 17.206(b) not to be in the Government's best interests. Evaluation of options will not obligate the Government to exercise the option(s). EVALUATION FACTORS: A. Technical Capability. The Instructor shall demonstrate the following capabilities: 1. A minimum of 5 years experience designing and delivering training to senior scientists and administrators, including leadership programs; 2. A minimum of 5 years experience teaching Results Based Accountability Programs and Interest Based Negotiations to senior scientists and administrators with medical research expertise; 3. A minimum of 5 years experience in building strong relationships with senior management and internal and external task forces to develop and implement change processes and strategies; 4. A minimum of 5 years experience of strong analytical skills and experience in preparing cogent benchmark analysis and summaries along with recommended actions; 5. A minimum of 5 years experience of superior communication and presentation skills; 6. A minimum of 5 years experience of expertise as faculty leader, participating in all sessions as a teaching expert in both Results-Based Accountability Programs and Interest Based Negotiation; 7. A minimum of 5 years experience of expertise administering, analyzing, and incorporating 360 Degree and MBTI Assessments into individual development; 8. A minimum of 5 years experience in providing executive coaching to senior scientists and administrators with medical research expertise; 9. Availability on the dates scheduled (refer to the table in the Statement of Work). B) Past Performance: The offeror's past performance information will be evaluated subsequent to the technical evaluation. However, this evaluation will not be conducted on any offeror whose proposal is determined to be technically unacceptable. The evaluation will be based on information obtained from references provided by the offeror, other relevant past performance information obtained from other sources known to the Government, and any information supplied by the offeror concerning problems encountered on the identified contracts and corrective action taken. 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 assessment of performance risk is not intended to be a product of a mechanical or mathematical analysis of an offeror's performance on a list of contracts but rather the product of subjective judgment by the Government after it considers relevant information. When assessing performance risks, the Government will focus on the past performance of the offeror as it relates to all acquisition requirements, such as the offeror's record of performing according to specifications, including standards of good workmanship; the offeror's record of controlling and forecasting costs; the offeror's adherence to contract schedules, including the administrative aspects of performance; the offeror's reputation for reasonable and cooperative behavior and commitment to customer satisfaction; and generally, the offeror's business-like concern for the interest of the customer. The Government will consider the currency and relevance of the information, source of the information, context of the data, and general trends in the offeror's performance. The lack of a relevant performance record may result in an unknown performance risk assessment, which will neither be used to the advantage nor disadvantage of the offeror. C) Price: An evaluation of the offeror's price proposal will be made to determine if proposed prices are realistic for the work to be performed, reflect a clear understanding of the requirements, and are consistent with the technical proposal. Reasonableness determinations will be made by determining if competition exists, by comparing proposed prices with established commercial or GSA price schedules (if applicable), and/or by comparing proposed prices with the Independent Government Cost Estimate (IGCE). (x) In accordance with FAR clause 52.212-3, Offeror Representations and Certifications - Commercial Items, offerors must complete annual representations and certifications on-line at http://orca.bpn.gov. If paragraph (j) of the provision applies, a written submission is required. (xi) FAR clause 52.212-4, Contract Terms and Conditions - Commercial Items applies to this acquisition: (xii) FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, including the following subparagraphs, apply to this acquisition: 52.203-6, Restrictions on Subcontractor Sales to the Government; 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; 52.209-6, Protecting the Government Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.219-6, Notice of Total Small Business Set-Aside; 52.219-8, Utilization of Small Business Concerns; 52.219-14, Limitations on Subcontracting; 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; 52.222-35, Equal Opportunity for Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Veterans; 52.222-40, Notification of Employee Rights Under the National Labor Relations Act; 52.222-54, Employment Eligibility Verification; 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving; 52.225-1, Buy American Act - Supplies; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration; 52.222-41, Service Contract Act of 1965; 52.222-42, Statement of Equivalent Rates for Federal Hires; 52.222-43, Fair Labor Standards Act and Service Contract Act - Price Adjustment (Multiple Year and Option Contracts); (xiii) The following FAR provision and clauses apply to this acquisition: 52.217-5, Evaluation of Options 52.217-7 Option for Increased Quantity-Separately Priced Line Item; 52.217-9 Option to Extend the Term of the Contract; 52.232-18 Availability of Funds; The current Department of Labor Wage Determination No. 05-2103 (Rev.-11), dated June 13, 2011 apply to this acquisition. The Wage Determination can be viewed at: http://www.wdol.gov/sca.aspx#0 (xiv) The Defense Priorities and Allocations System (DPAS) and assigned rating does not apply to this acquisition. (xv) All offerors shall submit an original and one (1) copy of the proposal. The proposal shall contain the following: 1) Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov. If paragraph (j) of the provision applies, a written submission is required. (refer to item (x) above). 2) Evaluation Factor A. Technical Capability: The offeror shall submit a resume containing the following information for the instructor who will be performing the Statement of Work Requirements: A) Provide the name of the Instructor assigned to the project. The proposal shall include their resume containing information on the individual's education, background, recent experience, and specific accomplishments. B) The Offeror shall indicate whether the Instructor is: a. currently employed by the Offeror; b. planning to join the organization; c. a subcontractor; or d. other arrangements have been made. For individuals falling into categories b and d above, the Offeror must provide documentation detailing the type of commitment (such as a promissory letter) for each person. Also, state if any personnel are being proposed in any other bid or proposal or may experience conflicting arrangements. C) Offerors shall submit at least (2) two descriptions of projects demonstrating the Instructor's experience with the following (include description; dollar value; period of performance; contact name and phone number): 1) A minimum of 5 years experience designing and delivering training to senior scientists and administrators, including leadership programs; 2) A minimum of 5 years experience teaching Results-Based Accountability Programs and Interest Based Negotiations to senior scientists and administrators with medical research expertise; 3) A minimum of 5 years experience in building strong relationships with senior management and internal and external task forces to develop and implement change processes and strategies; 4) A minimum of 5 years experience of strong analytical skills and experience in preparing cogent benchmark analysis and summaries along with recommended actions; 5) A minimum of 5 years experience of superior communication and presentation skills; 6) A minimum of 5 years experience of expertise as faculty leader, participating in all sessions as a teaching expert in both Results-Based Accountability Programs and Interest Based Negotiation; 7) A minimum of 5 years experience of expertise administering, analyzing, and incorporating 360 Degree and MBTI Assessments into individual development; 8) A minimum of 5 years experience in providing executive coaching to senior scientists and administrators with medical research expertise; 9) Availability/Commitment on the dates scheduled (refer to the table in the Statement of Work). D) Evaluation Factor B. Past Performance: The Offeror shall provide three (3) contracts (Federal Government, State Agencies, Local Government; and commercial concerns) Include the following information for each contract or subcontract listed: 1. Name of Contracting Organization 2. Contract Number (for subcontracts, provide the prime contract number and the subcontract number) 3. Contract Type 4. Total Contract Value 5. Description of Requirement 6. Contracting Officer's Name and Telephone Number 7. Program Manager's Name and Telephone Number 8. North American Industry Classification System (NAICS) Code The offeror may provide information on problems encountered on the identified contracts and the offeror's corrective actions. The Government is not required to contact all references provided by the offeror. Also, references other than those identified by the offeror may be contacted by the Government to obtain additional information that will be used in the evaluation of the offeror's past performance. E) Evaluation Factor C. Price: Provide a firm-fixed price for the base year and each option year; and F) If applicable, the offeror shall list exception(s) and rationale for the exception(s). Offerors shall submit their proposals no later than 10:00 A.M. Eastern Standard Time (EST) on March 12, 2012. The proposal must reference the RFP No. NHLBI-CSB-(HL)-2012-046-RRJ. All responsible offerors may submit a proposal, which if timely received, shall be considered by the agency. Proposals can be emailed to the Contracting Specialist, Robin Jeffries at robin.jeffries@nih.gov; Quotations shall not be deemed received by the Government until the quotation is entered into the e-mail address inbox set forth above. OR Proposals can be submitted in writing to the attention of Robin Jeffries, at the National Heart Lung and Blood Institute (NHLBI), COAC Services Branch, Office of Acquisitions, 6701 Rockledge Drive, Room 6135, Bethesda, MD 20892-7902. Faxed proposals will NOT be accepted. (xvi) For information concerning this solicitation, please contact Robin Jeffries at (301) 435-0376 or email: robin.jeffries@nih.gov. (xvii) Offerors' proposals shall not be deemed received by the Government until the proposal is entered into the e-mail address inbox set forth above.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NHLBI/NHLBI-CSB-(HL)-2012-046-RRJ/listing.html)
- Place of Performance
- Address: NIH/NHLBI/Office of Acquisitions, COAC Services Branch, 6701 Rockledge Dr, RM 6135, Bethesda, Maryland, 20892, United States
- Zip Code: 20892
- Zip Code: 20892
- Record
- SN02687085-W 20120303/120301235314-11f49d49800c5087e5cbe8194a007af0 (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 |