Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 29, 2013 FBO #4296
DOCUMENT

U -- Training for Facility Leaders - Attachment

Notice Date
8/27/2013
 
Notice Type
Attachment
 
NAICS
611430 — Professional and Management Development Training
 
Contracting Office
Department of Veterans Affairs;VA Central Iowa Health Care System;Des Moines Division;3600 30th Street;Des Moines IA 50310
 
ZIP Code
50310
 
Solicitation Number
VA26313R1748
 
Response Due
9/13/2013
 
Archive Date
9/28/2013
 
Point of Contact
Daniel Torrence
 
E-Mail Address
0th
 
Small Business Set-Aside
Total Small Business
 
Description
SECTION A A.1 SF 1449 SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEMS Table of Contents SECTION A1 A.1 SF 1449 SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEMS1 A.2 Price/Cost Schedule3 Item Information3 SECTION D - CONTRACT DOCUMENTS, EXHIBITS, OR ATTACHMENTS4 SECTION C - CONTRACT CLAUSES9 C.1 52.212-4 CONTRACT TERMS AND CONDITIONS-- COMMERCIAL ITEMS (FEB 2012)9 C.2 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998)14 C.3 52.232-99 PROVIDING ACCELERATED PAYMENT TO SMALL BUSINESS SUBCONTRACTORS (DEVIATION) (AUG 2012)14 SECTION E - SOLICITATION PROVISIONS16 E.1 VAAR 852.203-70 COMMERCIAL ADVERTISING (JAN 2008)16 E.2 852.232-72 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (NOV 2012)16 E.3 VAAR 852.237-70 CONTRACTOR RESPONSIBILITIES (APR 1984)17 E.4 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (JAN 2013)17 E.5 52.212-1 INSTRUCTIONS TO OFFERORS--COMMERCIAL ITEMS (FEB 2012)22 E.6 52.216-1 TYPE OF CONTRACT (APR 1984)26 E.7 52.217-3 EVALUATION EXCLUSIVE OF OPTIONS (APR 1984)26 E.8 52.232-38 SUBMISSION OF ELECTRONIC FUNDS TRANSFER INFORMATION WITH OFFER (MAY 1999)26 E.9 52.233-2 SERVICE OF PROTEST (SEP 2006)27 E.10 VAAR 852.209-70 ORGANIZATIONAL CONFLICTS OF INTEREST (JAN 2008)28 E.11 VAAR 852.233-70 PROTEST CONTENT/ALTERNATIVE DISPUTE RESOLUTION (JAN 2008)28 E.12 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999)29 E.13 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL ITEMS (DEC 2012)29 E.14 VAAR 852.233-71 ALTERNATE PROTEST PROCEDURE (JAN 1998)42 E.15 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998)42 E.16 52.209-5 REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW (DEVIATION)(MAR 2012)43 E.17 VAAR 852.215-70 SERVICE-DISABLED VETERAN-OWNED AND VETERAN-OWNED SMALL BUSINESS EVALUATION FACTORS (DEC 2009)43 A.2 Price/Cost Schedule Item Information ITEM NUMBERDESCRIPTION OF SUPPLIES/SERVICESQUANTITYUNITUNIT PRICEAMOUNT 1Contract Period: Base POP Begin: 09-15-2013 POP End: 09/14/2014 The facilitator will design and deliver customized training programs which would be delivered to all VA Central Iowa employees per the Statement of Work.1.00EA____________________________________ 2Contract Period: Option 1 POP Begin: 09/15/2014 POP End: 09/14/2015 The facilitator will design and deliver customized training programs which would be delivered to all VA Central Iowa employees per the Statement of Work.1.00ea____________________________________ 3Contract Period: Option 2 POP Begin: 09/15/2015 POP End: 09/14/2016 The facilitator will design and deliver customized training programs which would be delivered to all VA Central Iowa employees per the Statement of Work.1.00ea____________________________________ GRAND TOTAL__________________ SECTION D - CONTRACT DOCUMENTS, EXHIBITS, OR ATTACHMENTS Statement of Work for VA Central Iowa Health Care System I. Contract Period: This contract will be for the period of September 15, 2013 through September 14, 2014, with the possibility of two (2) option years. Option years are dependent upon funding availability and bona fide need of the service being rendered. II. Vendor Requirements: VENDOR must demonstrate a minimum of 10 years of experience consulting with strong emphasis in learning and development. Federal Health Care Experience is preferred. The Vendor shall conform to all regulations, Federal, State, and local, governing the performance of contracted services. Vendor Requirements for Proposal Submission: 1.Working knowledge of Department of Veterans Affairs, VISN 23, VA Central Iowa Health Care System and other team initiatives 2.Plan and facilitate meetings and required program content at sites throughout VISN 23 3.MA degree or higher in Teaching, Education, or Instructional Design 4.Experience consulting with leadership, management, and front-line teams 5.Experience consulting with and developing programs in VA healthcare 6.Experience in developing programs in leadership, management, communication skills, team development, innovation and change management, coaching, professionalism and attitude, project management 7.Experience developing custom programs for large organizations 8.Certified in one or more personality, preference or performance inventories such as MBTI, SDI, DISC, etc. 9.Experience in developing highly interactive learning sessions that are practical and immediately transferable to the job 10.Experience in conducting formal needs assessments and reporting 11.Experience in developing rubrics and other authentic performance assessments The consultant should be centrally located within Central Iowa to facilitate frequent planning and design meetings with the Learning Organization Executive Council. III. Statement of Work Services Provided: All employees, whether they are front line employees or supervisors/managers, have a collective responsibility to create a culture of positivity, respect, and patient centeredness at VA Central Iowa Health Care System. This series will involve all employees throughout the VA Central Iowa Health Care System, including Community-based Outpatient Clinics (CBOCs) who are participating in roles at the front line level through supervisor and management levels who will have an opportunity to come together to practice and leverage best practices, create a culture of positivity, advance professional level communication and leadership within its organization, and utilize a solutions based focus on accountability of skill sets trough performance management competencies. The purpose of this statement of work is to create a one-year contract with two option years to retain the services of a consultant to continue to teach, facilitate, evaluate and refine the All Employee Development Series as it continues to serve a critical role toward the goal of a culture of positivity, respect, and patient centeredness at VA Central Iowa Health Care System. The contractor will work closely with VA Central Iowa Health Care System Learning Organization Executive Council to plan and facilitate the design, development and delivery of customized learning programs, planned in phases to include an annual schedule of classes for managers, employees, and teams. Topics should include, but should not be limited to, Effective Communication, Team Effectiveness, Performance Management, Personal Styles, Customer Service, Handling Conflict, Influencing Results, Creating and Maintaining a Respectful Workplace, Creativity and Innovation, and Recognizing and Developing Talent. Each program is designed for the employee, supervisor, or manager track. Contractor shall provide programs accessible to all VACIHCS employees. All work is to be performed for the statewide VA Central Iowa Health Care System, (VACIHCS) with locations at: Des Moines, Knoxville, Mason City, Marshalltown, Fort Dodge, Carroll, Iowa (and any other satellite locations established during the period of the contract) at sites convenient to employees. The contract coordinator is available in Des Moines, Iowa. Services will be performed by the contract group at agreed upon location, in concert with VA personnel, at the above stated locations. Primary programs held in Des Moines with up to 8 programs offered at CBOC locations. 1.Contractor Deliverables: "Adhere to an established calendar schedule of program dates for Central Iowa Health Care System "Establish a strong interpersonal work relationship with VA Central Iowa Health Care System Learning Organization Executive Council "Provide high quality adult teaching, facilitation, coaching, and evaluation skills with all aspects of program design "Customize program content according to requests from VA Central Iowa Health Care System Learning Organization Executive Council "Design, develop, and produce relevant handout materials based on program learning objectives and content "Provide liaison communication with VA Central Iowa Health Care System Learning Organization Executive Council "Deliver content according to instructional design parameters and standards "Utilize adult education strategies to enhance, deliver, and evaluate program content "Customize and incorporate real-world VA situations as case study material, maintaining confidentiality at all times "Assist in the design of relevant formative and summative evaluation tools and strategies "Design and conduct long-term evaluation data collection "Adjust program content and teaching strategies according to relevant evaluation feedback "Meet periodically with VA Central Iowa Health Care System Learning Organization Executive Council and Executive Leadership Board to coordinate and ensure content enhancements (deletions, additions, modifications) "Consulting will include 1-1 and/or small group coaching to learners requesting assistance after the program using a variety of means and media (face-face, electronic, telephonic, etc.) and on-going evaluation. 2.Deliverable Specifications: a.Supervisors and Chiefs- Phase I "Customized and tailored courses specific to Central IA VA that will result in classroom hours per participant "Consulting which will include 1:1 coaching, team based application techniques, pull-through strategies, succession planning, and on-going evaluation "Workshop topics to include the following: oTransition to Your Role and Management Functions oEffective Communication oTeam Effectiveness oCreating a Respectful Workplace oPerformance Management oHandling Conflict oPersonal Styles, Mastery, and Achievement b.Staff Level- Phase I "Customized and tailored courses specific to Central IA VA that will result in classroom hours per participant "Consulting which will include 1:1 coaching, team based application techniques, pull-through strategies, succession planning, and on-going evaluation "Workshop topics to include the following: oPersonal Styles, Mastery and Achievement oCreating a Respectful Workplace oCustomer Service Approach to Everything oCustomer Service Approach to Everything "Program Evaluation - Levels 1, 2, and 3 evaluation tools will be used "Program revisions based on feedback trends and organizational changes - 2 days per month for 9 months. IV. Evaluation Criteria: Listed in order of importance and rated on a scale of 0-5. 1.Understanding of the VA organizational culture 2.Ten years minimum documented successful experience in the design and instruction of curriculum 3.Certification to administer and interpret the following instruments a.Myers Briggsc. Williams Institute Ethics Inventory b.Strength Findersd. DISC 4.Price of deliverables Understanding of the VA organizational culture (FACTOR 1) 1.Understanding of the VA organizational culture as evidenced by prior experience working with VISN 23 2.Provide a list program services offered by contractor that matches the need of VACIHCS 3.Provide a list of programs/services provided to other VA sites Ten years minimum documented successful experience (FACTOR 2) 1.Ten years minimum documented successful experience in using adult learning principles in design and instruction of curriculum specific to group dynamics, team development, organizational development, and leadership 2.Preferred knowledge and experience in a health care environment 3.References are required from current/past clients (within the past five years) that exemplify program performance, participant utilization, and training sessions. Submissions must include Point-of-Contact (POC), company name, dollar amount, date of contract/project Certification to administer and interpret the following instruments (FACTOR 3) "Myers Briggsc. Williams Institute Ethics Inventory "Strength Findersd. DISC 1.Provide proof of certifications for those personnel designated for the Program Plan. Price of deliverables (FACTOR 4) 1.Complete price schedule outlined in Schedule of Supplies and Services 2.Provide a price list for an employee count of 1341 persons VII. Evaluation Rating Criteria Instructions The proposals received shall be scored based upon the evaluation factors listed above. Each factor shall be assigned an adjectival rating according to a Likert scale of 1: Excellent, 2: Good, 3: Satisfactory, 4: Marginal and 5: Unsatisfactory. Definitions of the adjectival ratings are as follows: Excellent (1) - Proposal demonstrates Vendor's has significantly exceeded the performance or capability standards. Offer contains numerous strengths, advantages or betterments that will significantly benefit the Government. Vendor has demonstrated qualifications that meet the highest expectations of the Government. Vendor has clearly demonstrated an understanding of all aspects of the requirements to the extent that timely and the highest quality performance is anticipated. Vendor has convincingly demonstrated that the RFP requirements have been analyzed, evaluated and synthesized into approaches, plans and techniques that, when implemented, will result in outstanding, effective, efficient and economical performance under the contract. Proposal represents very low risk that the Vendor's performance of any work requirements will impact schedule, cost, or performance. Proposal fully meets the requirements of the RFP. Good (2) - Proposal demonstrates a good understanding of requirements and Vendor's proposal shows that they have exceeded performance or capability standards. Proposal has substantial strengths, advantages or betterments that will benefit the Government. Proposal represents low risk that the Vendor's performance of any work requirements will impact schedule, cost, or performance. Proposal fully meets the requirements of the RFP. Satisfactory (3) - Proposal demonstrates acceptable understanding of the requirements and Vendor's proposal meets performance or capability standards. Proposal fully meets the requirements of the RFP. Proposal represents good probability of success (low risk that the Vendor's performance of any work requirements will impact schedule, cost or performance). Marginal (4) - Proposal demonstrates shallow understanding of requirements and/or Vendor's proposal only marginal meets performance or capability standards for minimal but acceptable contract performance. Proposal has weaknesses that are undesirable or objectionable to the Government and the number of disadvantages outweighs any advantages. Proposal represents moderate to high risk that the Vendor's performance of any work requirements will impact schedule, cost or performance. Unsatisfactory (5) - Proposal fails to meet performance or capability standards. Proposal may have deficiencies that could be cured if discussions and proposal revisions are allowed or requirements can only be met with major changes to the proposal. Proposal represents very high (unacceptable) risk that the Vendor's performance of any work requirements will impact schedule, cost, or performance. Neutral (0) - This rating neither helps nor harms a proposer's chances of being awarded a contract. Vendor proposals will be evaluated by the Learning Organization Executive Council: "Designated Learning Officer- Shannon Rudolph Umthum "Human Resources Director- Sabrina Owen "Facility Workforce Planner- Walt Gwenigale "Contracting Officer - Daniel Torrence (Source Selection Chair) The Contracting Officer shall make final selection of awardee, considering the recommendations of the Learning Organization Executive Council.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/DmVACIHCS/VACIHCS/VA26313R1748/listing.html)
 
Document(s)
Attachment
 
File Name: VA263-13-R-1748 VA263-13-R-1748_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=971346&FileName=VA263-13-R-1748-003.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=971346&FileName=VA263-13-R-1748-003.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: 3600 30th Street;Des Moines, Iowa
Zip Code: 50310
 
Record
SN03163945-W 20130829/130827235437-b30054995cab566ac6e84c51035d8fff (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.