Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 17, 2012 FBO #3858
SOURCES SOUGHT

U -- Cultural Diversity and Inclusion Training

Notice Date
6/15/2012
 
Notice Type
Sources Sought
 
NAICS
611430 — Professional and Management Development Training
 
Contracting Office
Department of Housing and Urban Development, OCPO, Office of Support Operations, Office of Support Operations, NO, 451 7th Street S.W., Washington, District of Columbia, 20410, United States
 
ZIP Code
20410
 
Solicitation Number
RCS-E-12-00013
 
Archive Date
7/20/2012
 
Point of Contact
diane toledo-gaskins, Phone: 2024024140
 
E-Mail Address
diane.e.toledo-gaskins@hud.gov
(diane.e.toledo-gaskins@hud.gov)
 
Small Business Set-Aside
N/A
 
Description
Cultural Diversity and Inclusion Training This is a SOURCES SOUGHT NOTICE for the U.S. Department of Housing and Urban Development's (HUD), Office of Fair Housing and Equal Opportunity (FHEO) to determine the availability and capability of qualified small businesses (including certified 8(a), Small Disadvantaged, HUBZone firms; veteran and service-disabled veteran-owned small businesses, and women-owned small businesses) to develop, deliver and provide a training program, herein referred to as the Cultural Diversity and Inclusion Training. The training shall be in the United States, based in Washington, D.C. at HUD Headquarters. The Contractor will be required to develop a Training Plan that will address and provide interaction between colleagues and between employees and management. In addition to developing a joint session Training Plan (employees and management), the Contractor will provide a separate Training Plan for supervisors and managers that will include techniques for addressing cultural diversity and inclusion issues. The Contractor will sensitize staff to the value of diverse and inclusive work environments, lend expertise in responding to issues from employees from various backgrounds, and assist participants in identifying methods that may lead to a more inclusive and productive work environment. The Contractor will provide information through lecture, role play, group exercises, and other activities that will be useful in managing conflict resulting from cultural diversity. The objective of the Cultural Diversity and Inclusion Training is to create an atmosphere of inclusion and openness where constructive criticism and implementation of creative ideas are used to resolve underlying and pre-existing sensitivity issues. The goal is to achieve an organizational environment where everyone feels valued and they believe their opinions are sought, valued and implemented. This training is intended to achieve the following outcomes. Participants will: 1) increase understanding of diversity issues and inclusion issues and goals; 2) build and foster individual and organizational trust; 3) be able to communicate more productively; 4) achieve higher levels of collaboration; and, 5) increase activity and innovation together. It is anticipated that cultural diversity and inclusion training will provide the knowledge, skills, and tools to assist participants with utilizing alternative methods for addressing issues. The training shall identify strategies to remove any barriers to equal opportunity in the federal government's recruitment, hiring, promotion, retention, professional development, and training. The issues that may need to be addressed include race, color, religion, sex (including pregnancy), national origin, age (40 or older), or disability. It is further anticipated that this training will create and sustain change that fosters a more diverse, inclusive, respectful, and productive organization. Upon completion of the training participants will be able to: 1) Define diversity and inclusion; 2) Understand the importance of a diverse and inclusive workforce; 3) Link leveraging diversity and inclusion to business results; 4) Adjust to changing demographics; 5) Challenge unproductive beliefs and stereotypes; 6) Recognize the value of each employee's unique contribution; 7) Lead and work effectively with diverse and inclusive teams; 8) Describe diversity dynamics in learning groups and intervene effectively to create a climate of inclusion; 9) Describe behaviors at the individual level that exclude or dis-empower members of subordinate groups and articulate the difference between intent and impact; 10) Recognize the challenges and gaps in their own development and be committed to their own continued growth; and, 11) Have a guiding vision of diversity and inclusion and one's role in working toward the vision. Capability statements must address at least two prior contracts that reflect similar type and scope of work and the number of concurrent staff resources available. The anticipated period of performance is a base period of 9 months. The NAICS Code is 611430. The small business size standard is $7M. Interested small businesses are encouraged to respond to this notice. However, be advised that generic capability statements are not sufficient for effective review of respondents' capacity and capability to perform the specific work as required. Responses must directly demonstrate the company's capability, experience, and/or ability to marshal resources to effectively and efficiently perform requirements described above. Responses to this notice shall be limited to 20 pages, and must include: 1. Company name, mailing address, e-mail address, telephone and FAX numbers, website address (if available), and the name, telephone number, and e-mail address of a point of contact having the authority and knowledge to clarify responses with Government representatives. 2. Name, title, telephone number, and e-mail addresses of individuals who can verify the demonstrated capabilities identified in the responses. 3. Business size for NAICS XXXXXX (size standard $ or number of employees) and status, if qualified as an 8(a) firm (must be certified by SBA), Small Disadvantaged Business (must be certified by SBA), Woman-Owned Small Business, HUBZone firm (must be certified by SBA), and/or Service-Disabled Veteran-Owned Small Business (must be listed in the VetBiz Vendor Information Pages). 4. DUNS number, CAGE Code, Tax Identification Number, and company structure (Corporation, LLC, partnership, joint venture, etc.). Companies also must be registered in the Central Contractor Registry (CCR, at www.ccr.gov) to be considered as potential sources. 5. Identification of the firm's GSA Schedule contract(s) by Schedule number and contract number and SINs that are applicable to this potential requirement are also requested. Please submit copies of any documentation such as letters or certificates to indicate the firm's status (see item #3, above) Teaming arrangements are acceptable, and the information required above on the company responding to this announcement, should also be provided for each entity expected to be teammates of the respondent for performance of this work. To the maximum extent possible, please submit non-proprietary information. Any proprietary information submitted should be identified as such and will be properly protected from disclosure. THIS NOTICE IS FOR PLANNING PURPOSES ONLY, and does not constitute an Invitation for Bids or a Request for Proposals, a Solicitation, and a Request for Quote, or an indication the Government will contract for the items contained in this announcement. This request is not to be construed as a commitment on the part of the Government to award a contract, nor does the Government intend to pay for any information submitted as a result of this request. The Government will not reimburse respondents for any cost associated with submission of the information being requested or reimburse expenses incurred to interested parties for responses to this announcement. Responses to this announcement will not be returned, nor will there be any discussions or debriefings of any responses. However, information obtained as a result of this announcement may be reflected in the subsequent solicitation, and HUD may contact one or more respondents for clarifications and to enhance the government's understanding. This announcement is Government market research, and may result in revisions in both its requirements and its acquisition strategy based on industry responses. RESPONDENTS MUST SUBMIT CAPABILITY STATEMENT VIA E-MAIL to Diane Toledo-Gaskins at Diane.e.toledo-gaskins@HUD.gov no later than July 5, 2012 at 12:00 PM Eastern Standard Time for consideration. NO PHONE CALLS WILL BE ACCEPTED.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HUD/NO/NO/RCS-E-12-00013/listing.html)
 
Place of Performance
Address: HUD Headquarters, 451 &th St, SW, Washignton, District of Columbia, 20410, United States
Zip Code: 20410
 
Record
SN02777660-W 20120617/120615235400-339e46c64f0052a0691971dd22e51d04 (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.