Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 03, 2012 FBO #3813
SOURCES SOUGHT

U -- EMERGING LEADER PROGRAM (TRAINING)

Notice Date
5/1/2012
 
Notice Type
Sources Sought
 
NAICS
611430 — Professional and Management Development Training
 
Contracting Office
N40085 NAVFAC MID-ATLANTIC Naval Facilities Engineering Command, Mid-Atlantic Code AQ, 9742 Maryland Avenue Norfolk, VA
 
ZIP Code
00000
 
Solicitation Number
N4008512R2207
 
Response Due
5/8/2012
 
Archive Date
5/23/2012
 
Point of Contact
Darlene Tucker, (757) 341-0093, darlene.tucker@navy.mil
 
E-Mail Address
Reilly,
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS, OR DRAWINGS AVAILABLE AT THIS TIME. This is a sources sought notification, N40085-12-R-2207. This is a market research tool to determine the availability of sources prior to issuing the RFP. This announcement is for information and planning purposes only. The intent of this notice is to identify potential Small Business (SB) concerns; small business set asides to include Veteran Owned Small Business (VOSB) concerns; Service Disabled Veteran Owned Small Businesses (SDVOSB); 8(a) Program; HUBZone Small Business Program; Women Owned Small Businesses (WOSB); and Small Disadvantaged Businesses(SDB) certified by the Small Business Administration (SBA) capable of providing all labor, management, supervision, tools, materials, and equipment necessary to perform regular classroom instructions according to the detailed requirements in the bid schedule and as referred to in this section at the Norfolk Naval Base, Norfolk, Virginia. The data obtained under this contract will be used by Naval Facilities Engineering Command, Mid-Atlantic Region to satisfy the need to further prepare the trade and labor force with the competencies for management and leadership by offering the NAVFAC MIDLANT Emerging Leader Program. This program specifically targets to GS 7-11, WG-07 through WG-15, WL-5 through WL-13, and WS-1 through WS-09. The North American Industry Classification System (NAICS) code for this proposed competitive procurement is 611430 (size standard is $7M). The contract will be firm fixed price, consisting of a 12 month base period plus four 12 month option years NTE 60 months of performance. The period of performance will be specified on each task order by the Contracting Officer. The Contractor shall provide and promote an emerging leader training program to ensure mental, social and educational needs of thirty (30) selected candidates are met. The contractor shall provide emerging leadership assessment to assist participant ™s current proficiency versus required proficiency included in OPM ™s model. The Contractor shall design a Personalized Emerging Leadership Development Action Plan which will act as a blueprint and road map for their developmental needs throughout the program. The Contractor shall assign teams and provide applicable activities that may address issues relevant to NAVFAC MIDLANT. The Contractor shall develop and implement instructional content to improve competencies in leadership developmental, team building, effective communications, customer service, management skills, and experiential learning. The Contractor shall provide personnel with the qualifications, technical knowledge, experience and skills. The Contractor ™s personnel who regularly engage in customer interface shall present a professional appearance and use customer interaction best practices. Personnel shall be cheerful, polite, attentive, accommodating, well-groomed, and in clean attire including a staff shirt and nametag. Records and reports are listed in Section F of the solicitation. The Contractor shall submit accurate and complete documents within the required timeframes. The Contractor shall provide NAVFAC MIDLANT a program curriculum and lesson plans within 30 days after award. The curriculum should include lesson plans, title of the lesson, period of time required to complete the lesson, required materials, and objections. In addition, The curriculum should contain an instructional component. This describes the sequence of events which will take place as the lesson is delivered. It includes the instructional input ”what the teacher plans to do and say, and guided practice ”an opportunity for students to try new skills or express new ideas with the modeling and guidance of the teacher. The curriculum should include independent practice. This component allows students to practice the skill or extend the knowledge on their own, summary, and evaluation. Any and all qualified firms are encouraged to respond. It is requested that interested parties submit a brief capabilities package. The Capability Statement should include the following: 1) Name and address of firm, 2) Relevant experience and past performance, 3) Size, status, program, if applicable, 4) Ownership, 5) Year firm was established, 6) Name of two principles to contact, including title and telephone number, 7) approved NAICS for your firm. Additional information related to this procurement will be available once the specifications are available in electronic format only on www.neco.navy.mil website. The Government reserves the right to request additional information as needed, from any and all respondents. The information must be complete and sufficiently detailed to allow the NAVFAC team to determine the firm ™s qualifications to perform the defined work. Please provide on 8 ½ by 11-inch standard paper and limit number of pages to 5 (including all attachments). Interested parties shall submit responses via email in Microsoft Word format to darlene.tucker@navy.mil, Contract Specialist, or telephone no. (757) 341-0093. Your information must be submitted to NAVFAC MIDLANT no later than 7 days (Sources Sought Notice closes 08 May 2012 at 1:00 PM EST) from posting of this notice.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62470HR/N4008512R2207/listing.html)
 
Record
SN02736128-W 20120503/120502000312-1e638aefb11ecaa13b005356a8074dc0 (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.