Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 24, 2012 FBO #3834
SOLICITATION NOTICE

U -- PROFESSIONAL DEVELOPMENT COURSES

Notice Date
5/22/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611430 — Professional and Management Development Training
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, Naval Special Warfare Development Group, 1636 Regulus Avenue, Building 313, Virginia Beach, Virginia, 23461-2299
 
ZIP Code
23461-2299
 
Solicitation Number
H92244-12-T-0174
 
Archive Date
7/4/2012
 
Point of Contact
Tina Ford, Phone: 757-893-2865
 
E-Mail Address
tina.ford@vb.socom.mil
(tina.ford@vb.socom.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation 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; quotes are being requested and a written solicitation will not be issued. This solicitation is issued as a Request for Quote (RFQ); solicitation number is H92244-12-T-0174 and a firm fixed price contract is contemplated. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-59 effective 15 May 2012. This procurement is 100 % small business set aside and the associated North American Industrial Classification Code (NAICS) is 611430 with a business size standard of $7.0M. The DPAS rating for this procurement is DO-S10. All responsible sources may submit a quote which shall be considered by the agency. Naval Special Warfare Development Group (NSWDG) has a requirement to procure the following: Section B - Supplies or Services The Contractor shall provide professional development courses in accordance with the statement of work for up to twenty (20) students. Contract Line Item Number (CLIN) 0001 Course of Instruction 1 each PRODEV 101: Fundamentals of Communication, Writing and Public Speaking. Period of Performance: on or about 16-20 July 2012 CLIN 0002 Course of Instruction 1 each PRODEV 301: Negotiations. Period of Performance: on or about 23-27 Jul 2012 CLIN 0003: Course of Instruction 1 each PRODEV 401: Leadership and Managing High Performance Teams. Period of Performance: on or about 13-17 Aug 2012 OPTIONAL CLINs CLIN 1001 Course of Instruction 1 each PRODEV 101: Fundamentals of Communication, Writing and Public Speaking (OPTION) Date: TBD on or about 10-14 Sep 2012 CLIN 2001 Course of Instruction 1 each PRODEV 101: Fundamentals of Communication, Writing and Public Speaking (OPTION) Date: TBD on or about 15-19 Oct 2012 CLIN 3001 Course of Instruction:1 each PRODEV 101: Fundamentals of Communication, Writing and Public Speaking (OPTION) Date: TBD on or about 21-25 Jan 2013 CLIN 1002 Course of Instruction 1 each PRODEV 301: Negotiations (OPTION) Date: TBD on or about 24-28 Sep 2012 CLIN 2002 Course of Instruction1 each PRODEV 301: Negotiations (OPTION) Date: TBD on or about 5-9 Nov 2012 CLIN 3002 Course of Instruction 1 each PRODEV 301: Negotiations (OPTION) Date: TBD on or about 4-8 Feb 2013 CLIN 1003 Course of Instruction 1 each PRODEV 401: Leadership and Managing High Performance Teams (OPTION) Date: TBD on or about 8-12 Oct 2012 CLIN 2003 Course of Instruction 1 each PRODEV 401: Leadership and Managing High Performance Teams (OPTION) Date: TBD on or about 7-11 Jan 2013 CLIN 3003 Course of Instruction 1 each PRODEV 401: Leadership and Managing High Performance Teams (OPTION) Date: TBD on or about 4-8 Mar 2013 Section C - Statement of Work- 1. PURPOSE The contractor shall provide professional development courses for enlisted military personnel, and junior military officers of the Naval Special Warfare Development Group (NSWDG). The training courses shall be taught by the staff of the selected offeror. A maximum of twenty (20) personnel are anticipated to attend each training course. It shall be in accordance with Statement of Work. The courses shall encompass lesson plans, training aids, and handout materials, as required. 2. OBJECTIVE: • The contractor shall provide professional development courses to meet the objectives identified below and within timeframes identified in this solicitation. The contractor shall employ innovative teaching methodologies and utilize multiple types of communication styles to maximize class participation. • The courses shall be designed to enable command members to engage at all levels with Inter-agency, Inter-service, Government and Civilian entities with individuals or large groups, Communicate with various media, Negotiate and Lead in Crisis Decision Making. • Although various instructors could be used to instruct the curriculum, a single vendor must be able to develop and compile all three (3) courses of instruction and facilitate the one (1) seminar. • Upon completion of each COI, students must be able to demonstrate a high level of proficiency in the course material through practical application and testing criteria. • Upon completion of each COI, students shall write course critiques that will then be evaluated and potentially used to make changes to each course continually. • Vendor must have prior experience instructing multiple Professional Development courses for SOF members (Writing, Speaking, Computer Applications, Negotiations, Leadership). • Vendor shall maintain a 1:5 instructor to student ratio which includes facilitator. 2.1 PRODEV 101 Fundamentals of Communication, Writing and Public Speaking. This course shall be five (5) consecutive days; not-to-exceed eight (8) hours per day. This training course shall be geared toward personnel that are interested in taking their skills to a higher level to become more effective leaders. This training course shall provide the attendees multiple opportunities to practice briefings/presentations and receive feedback from the course instructor. 2.1.1 Objectives The course shall meet the following objectives. Portal Navigation- shall include practical application of all aspects of Microsoft's operating systems, including use of Outlook programs in e-mail management; use of Power Point, Excel, and Microsoft Word programs. Writing - critical self-assessment and learning improvements based upon practical exercises and required reading, observation of visual materials and required written commentaries including summarization of material. The writing phase shall demonstrate: • Absorption and understanding of written and verbal material • Written summary and commentary The writing phase shall use various instructional mediums, including: • E-mail to principals and colleagues • Information paper • Decision paper with recommendation Public Speaking - shall be built upon the self-assessment and practical exercise methodology used in the writing phase. Team members shall be videotaped during the self-assessment and practical exercise demonstrations. Information delivery design techniques shall demonstrate: • Introduction • Main points • Explanation of main points • Summary • Observations • Recommendations • Conclusions Several mediums of public speaking shall be featured including: • Briefings using Power Point and other visual aids, spread sheets, pictures, clips, etc. • Short commentary respondent to media questions • Commentary and answers to commander's and colleague questions • Public forum speech/brief (with or without notes) • Summary paper and Letters 2.2 PRODEV 301: Negotiations This course shall be five (5) consecutive days; not-to-exceed eight (8) hours per day. This training course shall be geared toward personnel that are interested in taking their skills to a higher level to become more effective negotiators. Contractor shall provide curriculum to include instructor guides, student guides and multimedia briefings. This curriculum shall be centered on the essentials of Low Conflict Negotiations (everyday life). There shall be three Personality Assessments on three different days. 2.2.1 Objectives The course shall meet the following objectives. • There shall be two (2) negotiations each day for four (4) days, with an increase in density of each negotiation every day centered on teaching the basics of conversation • Students shall leave that week with a written description and strong understanding of their personality strengths and weaknesses and what each individual brings to the negotiations table. • The contractor shall provide a written assessment for each student in regards to their personality strengths and weaknesses. • This course shall also touch on multiple topics including: o The Art & Science of Selling Ideas o Strengths Finder - Gallup Publishing / On-Line Negotiation & Personality Aptitudes Test o Bargaining for Advantage o Leading and Managing People o Creating and Leading High Performance Teams 2.3 PRODEV 401: Leadership and Managing High Performance Teams This course shall be five (5) consecutive days; not-to-exceed eight (8) hours per day. This training course shall be geared toward personnel that are interested in taking their skills to a higher level to become more effective leaders. Contractor shall provide curriculum to include instructor guides, student guides and multimedia briefings. The curriculum shall provide a highly interactive five-day experience designed to provide new concepts, motivate and benchmark historic examples to enhance real time coaching and development of leaders. The curriculum shall be centered on leadership techniques using historical, real world military and industry examples to teach leadership requirements in team building, decision making and problem solving. 2.3.1 Objectives This course shall meet the following objectives: • Leadership Styles- Historical examples, Team Building, Organization, Project Management • Comprehensive Discovery Survey- a self assessment instrument with written reports • Case Studies- Historical & contemporary Real-World. Current operational vignettes identifying positive and negative lessons learned • Leadership Self Assessment- Thomas-Kilmann Conflict Mode Instrument (TKI) and Myers Briggs • OODA (Observe, Orient, Decide, Act) Loop Decision Cycle- Decision making methodology, problem solving • Practicum of Leader Requirements- Build a team, make a decision, solve a problem • Briefings- All members brief results of practicum • Daily group case studies- Team organization, problem solving, time management • One guest speaker that has written and published a book on leadership to conduct a two (2) hour lecture/seminar on their subject. 2.4 INSTRUCTOR QUALIFICATIONS: The Primary instructor for all courses must have the following qualifications: • Masters or Doctorate degree from a nationally/regionally accredited University. • 10+ years of higher level teaching experience The primary instructor for PRODEV 101 shall have: • Master of Education degree in Counseling and Communication The team of instructors for PRODEV 301/401 shall have: • Prior Military Service • Engaged in combat and contingency operations • Knowledge and participation of the Inter-Agency process • 10+ years of real business negotiation experience at the Executive Leadership level • Experience in administration and interpretation of personality assessment instruments 3. PLACE OF PERFORMANCE: NAS Oceana, Dam Neck Annex, Virginia Beach, VA. and off-site training areas within 10 miles off NSWDG, off-site areas shall arranged by NSWDG 4. OTHER: Government-Furnished Equipment (GFE)/Government-Furnished Materials (GFM): The Government will furnish the classroom in which the training will be conducted, screen, and flipchart. The following Clauses and Provisions apply to this procurement. CLAUSES INCORPORATED BY REFERENCE FAR 52.202-1 Definitions Jan 2012 FAR 52.203-3 Gratuities Apr 1984 FAR 52.203-6 Restrictions on Subcontractor Sales to the Government (Sep 2006) Alternate I (Oct 1995) Sep 2006 FAR 52.203-10 Price or Fee Adjustment For Illegal or Improper Activity Jan 1997 FAR 52.204-7 Central Contractor Registration Feb 2012 FAR 52.209-6 Protecting the Governments Interest When Subcontracting With Contractors Debarred, Suspended or Proposed for Debarment Dec 2010 FAR 52.211-14 Notice of Priority Rating for National Defense Use Apr 2008 FAR 52.212-3 Offeror Representations and Certifications Commercial Items Feb 2012 FAR 52.212-4 Contract Terms and Conditions-Commercial Items Feb 2012 FAR 52.212-5 DEV Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation) Mar 2012 FAR 52.217-5 Evaluation of Options Jul 1990 FAR 52.217-8 Option to Extend Services Nov 1999 FAR 52.217-9 Option to Extend the Term of Contract Mar 2000 FAR 52.219-6 Notice of Total Small Business Set-Aside Nov 2011 FAR 52.219-8 Utilization of Small Business Concerns Jan 2011 FAR 52.222-3 Convict Labor Jun 2003 FAR 52.222-19 Child Labor Law - Cooperation with Authorities and Remedies Mar 2012 FAR 52.222-21 Prohibition Of Segregated Facilities Feb 1999 FAR 52.222-22 Previous Contracts and Compliance Reports Feb 1999 FAR 52.222-25 Affirmative Action Compliance Apr 1984 FAR 52.222-26 Equal Opportunity Mar 2007 FAR 52.222-36 Affirmative Action For Workers With Disabilities Oct 2010 FAR 52.222-50 Combating Trafficking in Persons Feb 2009 FAR 52.223-18 Encouraging Contractor Policy to Ban Text Messaging While Driving Aug 2011 FAR 52.232-18 Availability of Funds Apr 1984 FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration Oct 2003 FAR 52.232-36 Payment by Third Party Feb 2010 FAR 52.233-1 Alt I Disputes Alt I (Dec 1991) Jul 2002 FAR 52.233-3 Protest After Award Aug 1996 FAR 52.237-2 Protection of Government Buildings, Equipment and Vegetation Apr 1984 FAR 52-242-13 Bankruptcy Jul 1995 FAR 52.243-1 Alt I Changes-Fixed Price Alt I (Apr 1984) Aug 1987 FAR 52.246-25 Limitation of Liability - Services Feb 1997 FAR 52.247-29 F.o.b. Origin Feb 2006 FAR 52.247-34 F.o.b. Destination Nov 1991 FAR 52.249-8 Default (Fixed Price Supply & Services) Apr 1984 FAR 52.253-1 Computer Generated Forms Jan 1991 DFARS 252.204-7003 Control of Government Personnel Work Product Apr 1992 DFARS 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A Sep 2007 DFARS 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country Jan 2009 DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items Mar 2012 DFARS 252.225-7000 Buy American Act-Balance of Payments Program Certificate Dec 2009 DFARS 252.225-7001 Buy American Act and Balance of Payments Program Oct 2011 DFARS 252.225-7002 Qualifying Country Sources as Subcontractors Apr 2003 DFARS 252.225-7012 Preference For Certain Domestic Commodities Jun 2010 DFARS 252.232-7010 Levies on Contract Payments Dec 2006 DFARS 252.243-7002 Requests for Equitable Adjustments Mar 1998 DFARS 252.247-7023 Transportation of Supplies by Sea Alt III May 2002 SOFARS 5652.204-9003 Disclosure of Unclassified Information 2007 SOFARS 5652.204-9004 Foreign Persons 2006 SOFARS 5652.233-9000 Independent Review of Agency Protests Aug 2011 SOFARS 5652.237-9000 Contractor Personnel Changes 1998 CLAUSES INCORPORATED BY FULL TEXT: Please note that due to the character limitations in FedBizOpps, full text of the Federal Acquisition Regulation (FAR) can be accessed on the Internet at http://www.farsite.hill.af.mil. All FAR representations and certifications shall be submitted through Online Representations and Certifications Application (ORCA) at https://orca.bpn.gov. FAR 52.212-3 Alt I Offeror Representations and Certifications Commercial Items (APR 2011) - Alternate 1 Feb 2012 FAR 52.222-41 Service Contract Act of 1965, as amended Nov 2007 FAR 52.222-42 Statement of Equivalent Hires for Federal Hires May 1989 FAR 52.252-2 Clauses Incorporated By Reference Feb 1998 FAR 52.252-5 Authorized Deviations in Provisions Apr 1984 FAR 52.252-6 Authorized Deviations in Clauses Apr 1984 DFARS 252.212-7000 Alt I Offeror Representations and Certifications- Commercial Items (AUG 2007)- Alternate 1 Jun 2005 FAR 52.212-2 Evaluation--Commercial Items (JAN 1999) (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, in descending order of importance: Technical ability to meet specifications, past performance and price. The contractor shall provide course of instruction(s) details and how they meet the solicitation objectives and requirements for evaluation purposes. Offerors shall provide name, title, and phone number of principal for no less than three prior or current contracts for similar services performed during the previous three years. To be technically acceptable, the submitting offeror must submit relevant and current past performance in ALL areas noted in this combined synopsis/solicitation. The Government will evaluate each offeror's experience on the basis of its depth and its relevance to the work that will be required under the prospective contract. (b) 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. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. SOFARS 5652.201-9002 Authorized Changes Only By Contracting Officer (Jan 2005) The Contractor shall not comply with any order, direction or request of Government personnel unless it is issued in writing and signed by the Contracting Officer, or is pursuant to specific authority otherwise included as part of this contract. Except as specified herein, no order, statement, or conduct of Government personnel who visit the contractor's facilities or in any other manner communicates with Contractor personnel during the performance of this contract shall constitute a change under the Changes clause in Section I. In the event the Contractor effects any change at the direction of any person other the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the contract price to cover any increase in cost incurred as a result thereof. The address and telephone number of the Contracting Officer is Ana Downes, telephone (757) 893-2722, address 1636 Regulus Avenue, Virginia Beach, Virginia 23461-2299. All questions concerning this procurement, either technical or contractual must be submitted to tina.ford@vb.socom.mil by 31 May 2012, 08:00 AM EST. The offeror agrees to hold the prices in its quote firm for 60 calendar days from the date specified for receipt of quotes. Only complete quotes will be considered for award. If you have previously provided a quote please resubmit in accordance with this solicitation. Offerors must scrutinize this solicitation and ensure their proposals and submissions comply with all requirements. It is not sufficient to merely state your proposal complies with the solicitation requirements. You must clearly identify how your proposal meets ALL of the solicitation requirements. Point of contact for this procurement is Tina Ford at tina.ford@vb.socom.mil. All responsible sources may submit a quote, which shall be considered by NSWDG. Quotes must be received by email at tina.ford@vb.socom.mil, fax at (757) 893-2957 or U.S. Postal mail addressed to NSWDG, Attn: Tina Ford (Contracts/N7), 1636 Regulus Avenue, Virginia Beach, Virginia 23461-2299 no later than 12:30 p.m. Eastern Standard Time (EST) on Tuesday, 19 June 2012
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/VirginiaBeachVA/H92244-12-T-0174/listing.html)
 
Place of Performance
Address: VIRGINIA BEACH, Virginia, 23461, United States
Zip Code: 23461
 
Record
SN02755549-W 20120524/120523000751-542fbe93f7f80442c4e63e5e7019a20f (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.