Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 03, 2015 FBO #4908
SOLICITATION NOTICE

U -- Leadership Training Materials

Notice Date
5/1/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611430 — Professional and Management Development Training
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Commandant (CG-912), U.S. Coast Guard Headquarters, 2703 MARTIN LUTHER KING JR AVE SE, STOP 7828, Washington, District of Columbia, 20593-7828, United States
 
ZIP Code
20593-7828
 
Solicitation Number
HSCG23-15-R-PLD001
 
Archive Date
6/2/2015
 
Point of Contact
Lisa M. Penn, Phone: 2024753229, Robert Floyd R. Mann-Thompson, Phone: 202-475-3252
 
E-Mail Address
Lisa.M.Penn@uscg.mil, Robert.a.mann-thompson@uscg.mil
(Lisa.M.Penn@uscg.mil, Robert.a.mann-thompson@uscg.mil)
 
Small Business Set-Aside
Woman Owned Small Business
 
Description
RFP# HSCG23-15-Q-PLD001 Description: Contract - Leadership Training Materials This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only synopsis and solicitation that will be issued. Offerors are requested to provide a quote from the synopsis/solicitation provided. This solicitation documents and incorporates provisions and clauses that are in effect through FAC 2005-81/04-10-2015. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The Request for Quote number is HSCG23-15-Q-PLD001. The NAICS code is 611430 with a small business size standard of $11 Million. This requirement is a Total WOSB Set Aside. Submissions that do not meet the WOSB requirement will not be considered. This solicitation documents and incorporates provisions and clauses that are in effect through FAC 2005-80/1-29-2015. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The U.S. Coast Guard intends to establish a single award contract award for the services of leadership training materials to be used by the USCG instructors for leadership courses and workshops for students. FAR 52.212-1 Instructions to Offerors - Commercial items (Apr 2014) and is supplemented as follows: Quote Submission Deadline: 1400 ET on Monday, May 18, 2015 via the electronic submission option on FedBizOpps. Quotes submitted through other means may not be considered. Please submit all questions on or before Wednesday, May 6, 2015 to Robert Mann-Thompson at Robert.A.Mann-Thompson@uscg.mil. Submit signed and dated offers to the office specified in this solicitation at or before the exact time specified in this solicitation. As a minimum, offers must show the following in accordance with the evaluation section 52.212-2. 52.212-1 (b) Submission of Offers is tailored as follows and represented as (4), (6), and (10). 1. TECHNICAL SUBMISSION (a) A detailed outline of the required leadership training materials to evaluate compliance with the requirements in the solicitation, which shall include graphics of leadership model/ schema. The Offeror may include product literature, or other documents, if necessary. The offerors approach to updates and relevant leadership development information. 2. RELEVENT PAST PERFORMANCE (a) Past performance information, when included as an evaluation factor, to include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information). (b) Offerors shall demonstrate a detailed understanding of the Performance Work Statement, Offerors ability to provide required training within 30 days of award, representative samples of resumes of instructors for each course, and the resumes' of personnel designated. 3. PRICE (a) Price and any discount terms IAW CLIN pricing allocated on the pricing schedule below: Base Year CLIN 0001 Description: Leadership Training Materials License Quantity: 1 Unit: YR Unit Price: ______________ Option Year 1 CLIN 1001 Description: Leadership Training Materials License Quantity: 1 Unit: YR Unit Price: ______________ Option Year 2 CLIN 2001 Description: Leadership Training Materials License Quantity: 1 Unit: YR Unit Price: ______________ Option Year 3 CLIN 3001 Description: Leadership Training Materials License Quantity: 1 Unit: YR Unit Price: ______________ Option Year 4 CLIN 4001 Description: Leadership Training Materials License Quantity: 1 Unit: YR Unit Price: ______________ FAR 52.212-2, Evaluation - Commercial Items (Oct 2014) is applicable to this procurement. (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: 1. Technical Capability: The government will evaluate the offeror's technical capability to meet or exceed the government's requirements as detailed in the Performance Work Statement including the academic basis of the proposed learning model/schema, and the proposed methodology to be employed to ensure learning materials are updated and reflect best practices in leadership based on academic research. 2. Relevant Past Performance: The government will evaluate relevant past performance by surveying PPIRS, reviewing past performance references, and other measures. Relevant Past Performance is previous or current performance of a similar size and scope, where performance was within three years prior to offer submission. If an offeror is without a record of relevant past performance, or for whom information on past performance is not available, then the offeror will not be evaluated favorably or unfavorably on past performance. 3. Price: Total Overall Price summation of all CLINS through base and all option periods. Technical Capability and Relevant Past Performance, when combined, are significantly more important, when compared to price. Technical Capability is significantly more important, when compared to Relevant Past Performance. (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. (End of provision) FAR 52.212-3 Offeror Representations and Certifications -- Commercial Items (Mar 2015) FAR 52.212-4 Contract Terms and Conditions-Commercial Items (DEC 2014) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Mar 2015) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (2) 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)), (8) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Aug 2013) (31 U.S.C. 6101 note),(10) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (May 2012) (section 738 of Division C of Public Law 112-74, section 740 of Division C of Pub. L. 111-117, section 743 of Division D of Pub. L. 111-8, and section 745 of Division D of Pub. L. 110-161), (18) 52.219-13, Notice of Set-Aside of Orders (Nov 2011) (15 U.S.C. 644(r)),(24) 52.219-30, Notice of Set-Aside for Women-Owned Small Business (WOSB) Concerns Eligible Under the WOSB Program (Jul 2013) (15 U.S.C. 637(m)),(25) 52.222-3, Convict Labor (June 2003) (E.O. 11755),(28) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246),(29) 52.222-35, Equal Opportunity for Veterans (Jul 2014) (38 U.S.C. 4212),(30) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793),(31) 52.222-37, Employment Reports on Veterans (Jul 2014) (38 U.S.C. 4212),(32) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496),(40) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513),(50) 52.232-33, Payment by Electronic Funds Transfer- System for Award Management (Jul 2013) (31 U.S.C. 3332). (End of Clause) FAR 52.252-2 - CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: https://www.acquisition.gov/. (End of clause) 52.217-5 Evaluation of Options (Jul 1990) Except when it is determined in accordance with FAR 17.206(b) not to be in the Government's best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the option(s). (End of Provision) 52.217-9 Option to Extend the Term of the Contract (Mar 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 10 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 10 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 5 years. (End of clause) HSAR 3052.212-70: CONTRACT TERMS AND CONDITIONS APPLICABLE TO DHS ACQUISITION OF COMMERCIAL ITEMS (SEP 2012) The Contractor agrees to comply with any provision or clause that is incorporated herein by reference to implement agency policy applicable to acquisition of commercial items or components. The provision or clause in effect based on the applicable regulation cited on the date the solicitation is issued applies unless otherwise stated herein. The following provisions and clauses are incorporated by reference: (a) Provisions. _X_3052.209-72 Organizational Conflicts of Interest. (b) Clauses. _X_3052.242-72 Contracting Officer's Technical Representative. See section directly below for (End of clause) (HSAR) 48 CFR 3042.7000 Contracting Officer's Technical Representative (DEC 2003) (a) The Contracting Officer may designate Government personnel to act as the Contracting Officer's Technical Representative (COTR) to perform functions under the contract such as review or inspection and acceptance of supplies, services, including construction, and other functions of a technical nature. The Contracting Officer will provide a written notice of such designation to the Contractor within five working days after contract award or for construction, not less than five working days prior to giving the contractor the notice to proceed. The designation letter will set forth the authorities and limitations of the COTR under the contract. (b) The Contracting Officer cannot authorize the COTR or any other representative to sign documents, such as contracts, contract modifications, etc., that require the signature of the Contracting Officer. (End of clause) NOTICE FOR FILING AGENCY PROTESTS It is the policy of the United States Coast Guard (USCG) to issue solicitations and make contract awards in a fair and timely manner. The Ombudsman Program for Agency Protests (OPAP) was established to investigate agency protest issues and resolve them without expensive and time-consuming litigation. OPAP is an independent reviewing authority that is empowered to grant a prevailing protester essentially the same relief as the Government Accountability Office (GAO). Interested parties are encouraged to seek resolution of their concerns within the USCG as an Alternative Dispute Resolution (ADR) forum, rather than filing a protest with the GAO or some external forum. Interested parties may seek resolution of their concerns informally or opt to file a formal agency protest with the contracting officer or Ombudsman. Informal forum with the Ombudsman. Interested parties who believe a specific USCG procurement is unfair or otherwise defective should first direct their concerns to the cognizant contracting officer. If the contracting officer is unable to satisfy the concerns, the interested party is encouraged to contact the USCG Ombudsman for Agency Protests. Under this informal process, the agency is not required to suspend contract award performance. Use of an informal forum does not suspend any time requirement for filing a protest with the agency or other forum. In order to ensure a timely response, interested parties should provide the following information to the Ombudsman: solicitation/contract number, contracting office, contracting officer, and solicitation closing date (if applicable). Formal Agency Protest with the Ombudsman. Prior to submitting a formal agency protest, protesters must first use their best efforts to resolve their concerns with the contracting officer through open and frank discussions. If the protester's concerns are unresolved, an independent review is available by the Ombudsman. The protester may file a formal agency protest to either the contracting officer or as an alternative to that, the Ombudsman under the OPAP program. Contract award or performance will be suspended during the protest period unless contract award or performance is justified, in writing, for urgent and compelling reasons or is determined in writing to be in the best interest of the Government. The agency's goal is to resolve protests in less than 35 calendar days from the date of filing. Protests shall include the information set forth in FAR 33.103. If the protester fails to submit the required information, resolution of the protest may be delayed or the protest may be dismissed. This will not preclude re-filing of the protest to meet the requirement. To be timely, protests must be filed within the period specified in FAR 33.103(e). Formal protests filed under the OPAP program should be submitted to: Department of Homeland Security United States Coast Guard (CG-91) Ombudsman Program for Agency Protests Email: OPAP@uscg.mil Fax: 202-372-8447 Phone: 202-475-5786 More information about the Ombudsman Program for Agency Protests (OPAP) can be found at http://www.uscg.mil/acquisition/business/ombudsman.asp Alternative Point of Contact: Robert A. Mann-Thompson Contracting Officer Robert.A.Mann-Thompson@uscg.mil Phone: 202-475-3252 Performance Work Statment Leadership Training Materials 1. 0 General 1.1 Scope The contractor shall provide leadership training materials to be used by USCG instructors for leadership courses and workshops for students. 1.2 Background Established in 1998, the Leadership Development Center (LDC) creates an educational center of leadership excellence for the entire Coast Guard. Over 5,000 students per year attend over 20 college accredited courses through the American Council of Education at the following divisions: • Chief Petty Officer Academy • Command and Operations • Leadership and Organizational Performance • Officer Accessions and Transition With detachments in Yorktown, Virginia, and Petaluma, California, the LDC is co-located with the United States Coast Guard Academy on the Thames River in New London, Connecticut. The LDC reaches out to active duty enlisted, officer, officer candidate, cadet, reserve, civilian, and auxiliary members of the Coast Guard through resident and non-resident classroom training, unit level programs, and web-based programs. These delivery strategies combine to facilitate leadership development, which translates to enhanced mission performance and increased retention. In our mission-focused service, we must take the time to invest in our people and work to establish the positive command climate that will serve as a force multiplier to ensure mission success. The following are example of the LDC's instructional programs: The Aligned Enlisted Continuum: The Enlisted Leadership Continuum is a progression of leadership training from junior to senior enlisted in the Coast Guard. The continuum is based in a foundation of six central themes that are revisited and explored in more depth at each consecutive level. These six themes are: Personality Diversity, Influencing Others, Leadership Tactics, Team Effectiveness, Values, and Performance Management. These central themes are also found in Officer Accession courses, Command and Operations courses, and Coast Guard Auxiliary courses. It is the LDC's vision to unify the different aspects of leadership training across the Coast Guard so that the common language of leadership is familiar and applicable no matter when and where you serve. This Statement of Work specifically addresses the Leadership Tactics core model. Leadership Courses: Below are descriptions of leadership courses offered by the LDC. All of these courses meet a prescribed need for leadership at varying levels within the Coast Guard and are managed by the Office of Leadership (CG-12C). All of these courses contain Terminal Performance Objectives (TPOs) for a leadership tactics model with the end goal of enabling members to recognize and employ variable leadership tactics that match the needs of the situation. • Leadership and Management School (LAMS): a one-week continuum course designed to enhance supervisory skills for first-line supervisors through an experience-based curriculum. LAMS is required for advancement from Second Class Petty Officer (E-5) to First Class Petty Officer (E-6); approximately 1400 students a year. • Apprentice Leadership Program (ALP): a 3-day course intended to provide A-school students with basic leadership instruction, with emphasis on the "leading self" competencies of the Coast Guard Leadership Development Framework. Approximately 3000 non-rated members (E-3) receive ALP every year. • Chief Petty Officer Academy (CPOA): The Commandant and Master Chief Petty Officer of the Coast Guard have both identified the transition from First Class Petty Officer (E-6) to Chief Petty Officer (E-7) as the most critical in the Coast Guard enlisted career. The CPOA experience has been carefully designed to provide students with the skills, knowledge, and attitude to make this transition as smoothly and effectively as possible. Our graduates are ready to become the Coast Guard's Chief Petty Officer Corps: the backbone of the enlisted workforce. Approximately 550 Chiefs attend CPOA a year. Senior Enlisted Leadership Course (SELC): a two-week course focused on creating a pool of highly trained and motivated senior enlisted leaders better prepared for assignment to a Master Chief or Senior Chief Petty Officer billet including select high-profile assignments, such as Command Master Chief and Rating Force Master Chief. Using the U.S. Coast Guard's Leadership Development Framework, SELC develops critical leadership skills required of Senior Enlisted Leadership positions by addressing human resource and organizational policies, professional communications, the relationships between workforce and senior leadership, and concepts of strategy and organizational change management. Approximately 75 students a year graduate SELC. • Officer Candidate School (OCS): an extensive 17-week course of instruction which prepares officer candidates to serve effectively as officers of the United States Coast Guard. In addition to introducing students to the military lifestyle, OCS provides a vast curriculum covering topics that are essential for performing the duties of a Coast Guard Officer. Graduates of the program receive a commission in the Coast Guard as an Ensign. Approximately 140 students a year graduate OCS. • Coast Guard Auxiliary Leadership and Management School (AUXLAMS): the LAMS course, adapted for the volunteer Auxiliary environment, taught by Coast Guard trained instructors. It is based on the Leadership Competencies, which lay the foundation for all leadership skills necessary to successful leadership in the Coast Guard and the Auxiliary. AUXLAMS is the foundation course of the Auxiliary Leadership Continuum. Approximately 300 students a year attend this course. 2.0 GOVERNMENT TERMS AND ACRONYMS The following is a list of Government terms and acronyms used throughout this document: 2.1 LDC  Leadership Development Center 2.2 LAMS - Leadership and Management School 2.3 ALP - Apprentice Leadership Program 2.4 CPOA - Chief Petty Officer's Academy 2.5 SELC - Senior Enlisted Leadership Course 2.6 OCS - Officer Candidate School 2.7 AUXLAMS - Coast Guard Auxiliary Leadership and Management School 2.8 NLT - No Later Than 2.9 TPO - Terminal Performance Objectives 2.10 COR - Contracting Officer's Representative 2.11 KO - Contracting Officer 2.12 USCG - United States Coast Guard 3.0 GOVERNMENT FURNISHED RESOURCES None 4.0 CONTRACTOR FURNISHED RESOURCES The Contractor's shall be required to provide all labor, materials, services, and equipment required to perform IAW the contract, except for those resources listed under SOW 3.0. 5.0 REQUIREMENTS 5.1 The contractor shall provide the following training materials for the Government's uses. The contractor shall grant the USCG rights to use and modify the training materials. The contractor shall retain full commercial data rights. 5.2 The contractor shall provide training materials that shall: 5.2.1 Support the education of students on a leadership model/schema that will enable students to recognize and employ leadership tactics and techniques to match various situations. The contractor shall provide a student workbook, a facilitation guide and a PowerPoint presentation. 5.2.1.1 The training materials focus on: 5.2.1.1.1 A leader-follower, one-one-one interaction where the leader tasks the follower with a specific job. 5.2.1.1.2 Methods of evaluating a follower's ability to perform a specific job and clearly designated indicators to assist the leader in determining which leadership style to employ. 5.2.1.1.3 4 to 6 leadership styles; the leadership styles will be defined by variable levels of instructive and supportive leadership behaviors. 5.2.1.1.4 Which leadership style is most effective, based on the follower's ability. 5.2.2 The contractor shall provide a visual rubric or model to facilitate the students understanding of the focus of the materials detailed in section 5.2.1.1. 5.3 The contractor shall provide a PowerPoint Presentation. 5.3.1 The contractor's PowerPoint presentation shall contain visual aids to facilitate instruction and reinforce the learning objectives including: 5.3.1.1 Graphics that visually illustrate the layout of the leadership style rubric or model as stated in 5.2.2. 5.3.1.2 Pictures and/or video case studies that show examples of the rubric or model being implemented. 5.3.2 The contractor's power point presentation shall be no longer than 20 slides. 5.4 The contractor shall provide a Facilitator Guide. 5.4.1 The contractor's Facilitator Guide shall outline a timeline, best practices, exercises, and background information that will enable instructors to deliver material in and confident and knowledgeable fashion. 5.4.2 The contractor's Facilitator Guide shall be no longer than 50 pages. 5.5 The contractor shall provide a Student Workbook. 5.5.1 The contractor's Student Workbook shall be designed to assist in student note-taking and enable students to easily follow along with the instructor's presentation; includes key graphics and material. 5.5.2 The contractor's Student Workbook shall be no longer than 50 pages. 5.6 The contractor shall provide a Leadership Self Assessment. 5.6.1 The contractor's Leadership Self Assessment shall be designed to give students insight into the student's preferred leadership style/tactic while giving the student the knowledge that a leader must be able to use multiple leadership styles/tactics depending on the follower's skill/knowledge and desire/motivation level in a specific task. 5.6.2 The contractor's Leadership Self Assessment shall be designed to be completed in a time period not to exceed 30 minutes. 5.7 Updating Materials 5.7.1 The Contractor shall update the training materials annually as needed. Updated training materials shall be submitted to the COR. 6.0 REFERENCES 6.1 USCG Training System Standard Operating Procedure 5 Resident Instruction: http://www.uscg.mil/forcecom/training/training_sop.asp 6.2 Commandant Instruction M5351.3, Leadership Development Framework: http://www.uscg.mil/leadership/resources/framework.asp 7.0 DELIVERABLES, INSPECTION AND ACCEPTANCE 7.1 Deliverables 7.1.1 The Contractor shall deliver the following by the established due period. All deliverables shall be submitted in electronic format that is modifiable and unprotected. The presentation shall be in Ms PowerPoint format and the text document shall be in MS Word format. Deliverables Item PWS Deliverable Due TO 1 5.0 PowerPoint presentation NLT 30 Days COR Facilitator Guide, Student after Award Student Workbook and Leadership self Assessment Item PWS Deliverable Due TO 2 5.7 PowerPoint presentation Annually COR Facilitator Guide, Student Student Workbook and Leadership self Assessment Updates 7.2 Inspection & Acceptance 7.2.1 The Government will inspect contractor's deliverables using the requirements detailed in section 5.0, the references detailed in 6.0, English grammar rules for syntax and spelling. 7.2.2 The Government intends to complete inspection within 10 business days. 7.2.3 The Government will notify the contractor regarding acceptance or rejection, and the Government will provide the rationale for the rejection. 7.2.4 The contractor shall, if the deliverable is rejected, have 10 business days to revise and resubmit the deliverable. 7.2.5 Inspection and acceptance decision can only be made by the Contracting Officer's Representative, and the Contracting Officer. 7.2.6 The above mentioned Inspection and Acceptance criteria are in addition to those found in 52.212-4. 8.0 PERFORMANCE REQUIREMENTS SUMMARY (PRS) The PRS table below reflects the deliverables considered by the Coast Guard to be important for the successful performance of this task order. This includes the expected standards of performance. The PRS is not an exclusive remedy and inclusion of the PRS does not preclude the Government from using any other remedy available by law or contract terms, including incentives/reductions in payment in accordance with any clause for inspection of services Objective 1: Current Training Materials Required Service: Training materials provided for the Government's use shall be reflective of current industry standard and academic research. Performance Standard: Materials shall pass COR review and approve annually with only one possible revision 100% Incentives/Reductions: Failure to meet this standard may result in an invoice reduction or demand for payment. Objective 2: Quality Training Materials Required Service: Contractor personnel shall provide training materials that are ready for use upon delivery. Performance Standard: Materials shall be free from all grammatical, typographical and syntax errors 100%. Incentives/Reductions: Failure to meet this standard may result in an invoice reduction or demand for payment.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/GACS/HSCG23-15-R-PLD001/listing.html)
 
Record
SN03717282-W 20150503/150501234613-f1b11cd42dd7b3da818dec7d4bdabae4 (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.