SPECIAL NOTICE
99 -- Develop Online Training to Fill Existing Gaps in Human Performance Curricula
- Notice Date
- 8/19/2015
- Notice Type
- Special Notice
- NAICS
- 541720
— Research and Development in the Social Sciences and Humanities
- Contracting Office
- Department of Agriculture, Forest Service, Rocky Mountain Research Station, 240 West Prospect Road, Fort Collins, Colorado, 80526, United States
- ZIP Code
- 80526
- Solicitation Number
- AG-82FT-S-15-0028
- Archive Date
- 9/8/2015
- Point of Contact
- Anthony O Salas,
- E-Mail Address
-
asalas@fs.fed.us
(asalas@fs.fed.us)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a Notice of Proposed Contract Action Synopsis. There is no solicitation available at this time. Requests for a solicitation will receive no response. This Proposed Contract Action is published to notify potential sources that The Rocky Mountain Research Station intends to award a sole source firm-fixed price contract, on behalf of the USDA Forest Service, to Reuben McDaniel to develop online training to fill existing gaps in human performance curricula. A. Introduction Course development to fill existing gaps in human performance curricula specifically related to theory of Complex Adaptive Systems (CAS) and its application to real-world systems.. B. Background This work stems directly from the 2014 Case for Change and associated documents, discussions and decisions by the interagency Fire Executive Council (FEC) in which the Human Performance RD&A and Office of Learning were tasked with leading development of this curricula in partnership with DOI. C. Scope The purpose of the proposed work is to assist in the development of courses designed to fill existing gaps in human performance curricula currently being offered/available to the Forest Service and wildland fire community. This curriculum is to be informed by the theoretical paper developed through the collaboration between USFS Office of Innovation and Organizational Learning (IOL) and University of Texas at Austin, applying the science of Complex Adaptive System (CAS) to USFS incidents and accidents. The vendor should have extensive experience in the application of the science of CAS to real-world systems and an understanding of how those concepts can be applied to the complex nature of USDA Forest Service operations. The proposed work is divided into three distinct deliverables. 1. The initial deliverable will be the application of the theoretical paper identified in section "C" to the development of contextual learning for strategic decision-making at the national level of the USFS. This learning will be presented initially to the National Leadership Council (NLC) and will take the form of a facilitated dialogue. Its purpose is to engage the NLC in the determination of what is needed in these areas in order to fill the existing gaps in human performance curricula. Deliverable will be a draft of the theoretical paper and a draft course outline for presentation to the NCL. The vendor will participate in one presentation of the research to the NCL. a. Content should be appropriate for 2 two hour session b. To be delivered within the period of performance (9/1/2015 - 12/31/2016) 2. The second deliverable will be based on the same contextual learning developed in the first deliverable, but will be developed into, two (2) Line Officer and Fire Leadership trainings and/or facilitative learning courses. Deliverable will be a draft outline of the course. The vendor will participate in two sessions. a. Content should be appropriate for 2 two hour courses b. To be delivered within the period of performance (9/1/2015 - 12/31/2016) 3. The third deliverable will be based on the same contextual learning developed in the first deliverable, but will be formatted for Complexity and Complex Adaptive Systems (CAS) & human performance course for general audience. Deliverable will be a draft outline of the course. The vendor will participate in one session. a. Content should be appropriate for a two hour course b. To be delivered within the period of performance c. Content should be appropriate for an open enrolment for all agency and interagency personnel D. Period of Performance The period of performance for all three deliverables will be (9/1/2015 - 12/31/2016) E. Physical Location Virtual F. Supplies and Equipment Vendor may utilize Agency online conferencing software. The proposed contract action is for services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 6.302. Interested persons may identify their interest and capability to respond to the requirement. This notice of intent is not a request for competitive proposals. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Date posted to FedBizOpps: August 19, 2015. Date posting will close: August 24, 2015. The North American Industry Classification System (NAICS) code is 541720. The Size Standard is $20.5 million. The desired period of performance for the services described herein is anticipated to be from September 1, 2015 through December 31, 2016. The responses to this synopsis will be used to confirm that this is a sole source requirement. This notice is not a Request for Proposals (RFP); it is a market research tool being utilized to determine the availability and adequacy of potential sources prior to awarding the contract. Any information submitted by respondents to this synopsis is strictly voluntary. The Government will not pay for any information that is submitted by respondents to this notice of proposed contract action. Contractors who believe they possess the expertise and experience shall submit technical capabilities in writing to Anthony Salas electronically to: asalas@fs.fed.us. Responses must be received no later than August 24, 2015, 11:00 am MDT. All documentation shall become the property of the Government. Firms responding must indicate the following information: Indicate the business size: small business or disadvantaged business, veteran owned small business or HUB Zone certified, indicate the appropriate NAICS code, and DUNS #. This synopsis neither constitutes a Request for Proposal, nor does it restrict the Government to a particular acquisition approach. This synopsis should not be construed as commitment by the Government for any purpose other than market research.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/82FT/AG-82FT-S-15-0028/listing.html)
- Place of Performance
- Address: Virtual, United States
- Record
- SN03845603-W 20150821/150819235517-014dcd0c0b66bb362b164f971b117a84 (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 |