Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 13, 2015 FBO #5133
MODIFICATION

U -- Leader Self-Assessment Training Requirement

Notice Date
12/11/2015
 
Notice Type
Modification/Amendment
 
NAICS
611430 — Professional and Management Development Training
 
Contracting Office
Department of the Army, Army Contracting Command, ECC, 413th CSB RCO Hawaii (PARC Pacific), BLDG 520 PIERCE STREET, FORT SHAFTER, Hawaii, 96858-5025, United States
 
ZIP Code
96858-5025
 
Solicitation Number
W912CN-16-T-0019
 
Point of Contact
Angela Uilani McColor, Phone: 8086560937
 
E-Mail Address
angela.u.mccolor.civ@mail.mil
(angela.u.mccolor.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
This sources sought notice is amended to include the draft Performance Work Statement for W912CN-16-T-0019. This is not a SOLICITATION FOR QUOTES. Please provide capability statement by Friday 12/18/2015 at 2:00pm HI Standard Time to Angela McColor at angela.u.mccolor.civ@mail.mil. PERFORMANCE WORK STATEMENT (PWS) 1. General: This is a service requirement contract to provide self-assessment, coaching, and developmental programs for selected mid-level leaders within the 8th Theater Sustainment Command (TSC). 1.1 Description of Services: Contractor will provide/conduct web-based, objective, and unbiased initial and follow up self-assessments to 50 pre-selected mid-level Army leaders. Upon completion of assessments, contractor will provide 8th TSC Command with aggregated reports/summaries based on the assessment results. Furthermore, contractor will provide one-on-one consult with assessed leaders to assist in the interpretation of their results and coaching based on comprehensive developmental roadmaps. The leader development assessments will assess selected leaders on the "Whole Person" concept measuring aspects and attributes relevant to traits (personality, judgment, and intellect), skills (experiences and expertise), and fit (motives, interests, and values). Assessments will measure personality dimensions most highly correlated with leadership performance and identify high performance leadership behaviors through situational judgment scenarios. These assessments will be objective in nature and deter any "test taker" bias. The contractor shall provide detailed analysis and aggregated reports to the 8th TSC command in order to (1) ensure leader appointments are a good fit for the organization and the individual, (2) make career management and succession planning more effective, (3) provide detailed individual insights for greater self-awareness, (4) create faster and usable development plans, and (5) enable creation of strong and effective teams. The contractor will provide coaching to assist leaders in interpreting their results. Feedback sessions will be led by qualified, objective third party leadership consultants and will confer with leaders on how to best build individualized development plans to drive their performance. The contractor will conduct follow-up assessments 8-10 months after initial assessments to present a measure of effectiveness from developmental roadmaps. The contractor will conduct an After Action Review (AAR) with 8th TSC senior leaders to validate the effectiveness of the assessment, analysis and reporting, and coaching processes. 1.2 Special Requirements/Qualifications: a. Contractor must have a minimum of 10 years of experience in assessing talent and leadership qualities. Contractor must also possess a proven and validated background in providing self-assessments through a minimum of five highly visible/reputable references. b. The contractor shall conduct research with the 8th TSC to acquire knowledge in areas of current leader development and talent management processes. Contractor must have a working knowledge of Army leader development initiatives and strategies, and talent management processes. Contractor must also have a working knowledge on the ability to coach positive leadership to create or improve leader development. c. Integrate a robust, objective, and consistent assessment/evaluation of talent and identify high-potential leaders for the 8th TSC. Assessment must be a globally validated and scientifically (behavioral/psychological) developed leader trait assessment. Additionally, assessments will identify and evaluate individual high performance behaviors and leader traits, skills, and appetite for success. Vendor must be able to prove validated background in providing self-assessments. d. Provide analysis and reports on assessment results. Reports will be provided to 8th TSC leadership and reflect aggregated data centered on interpretation of the assessment results, both individually, and among same ranks. Provide 8th TSC senior leaders, in person, with information that accurately informs succession planning strategies and future developmental needs. Contractor must be able to link assessment result data to internal leader development initiatives and talent management strategies, resulting in a tangible return on investment. e. Define a developmental roadmap for leaders based on assessment results and recommendations to bridge development gaps through one on one leader counseling on assessment results. Consultants will be highly qualified and reputable; must be able to provide a proven and validated background in coaching leaders. f. Consultants identified to provide assessment results feedback and coach assessed leaders must have a formal education (degree) or certification in social science and leadership counseling. They must be able to assist the leaders in building individualized developmental plans to improve and drive their performance. g. Contractor will conduct follow up assessments 8-10 months after initial assessments to present a measure of effectiveness from developmental road maps. 1.3 General Information: 1.3.1 Quality Control/Assurance: The contractor will maintain quality control to ensure services are performed in accordance with this Performance Work Statement (PWS). The contractor will conduct an AAR with 8th TSC senior leaders to validate the effectiveness of the assessment process. 1.3.2 Place of Performance: The Assessments will occur online, while coaching consults will occur telephonically. Aggregate reports and assessment analysis will be provided in person to the 8th TSC staff at Ft. Shafter, HI. 1.3.3 The Contractor shall also provide all information required for background checks to meet installation access requirements to be accomplished by installation Provost Marshal Office, Director of Emergency Services or Security Office. Contractor workforce must comply with all personal identity verification requirements as directed by DOD, HQDA and/or local policy. In addition to the changes otherwise authorized by the changes clause of this contract, should the Force Protection Condition (FPCON) at any individual facility or installation change, the Government may require changes in Contractor security matters or processes. 1.3.4 Access and general protection/security policy and procedures. Contractor and all associated sub-contractors employees shall provide all information required for background checks to meet installation access requirements to be accomplished by installation Provost Marshal Office, Director of Emergency Services or Security Office. Contractor workforce must comply with all personal identity verification requirements (FAR clause 52.204-9, Personal Identity Verification of Contractor Personnel) as directed by DOD, HQDA and/or local policy. In addition to the changes otherwise authorized by the changes clause of this contract, should the Force Protection Condition (FPCON) at any individual facility or installation change, the Government may require changes in contractor security matters or processes. 1.3.5 iWATCH Training. The Contractor and all associated sub-contractors shall brief all employees on the local iWATCH program (training standards provided by the requiring activity Anti-Terrorism Office ATO). This local developed training will be used to inform employees of the types of behavior to watch for and instruct employees to report suspicious activity to the COR. This training shall be completed within 25 calendar days of start of contract performance and within 25 calendar days of new employees commencing performance. Results are to be reported to the COR NLT 30 calendar days after completion of training. 1.3.6. Access and General Protection/Security Policy and Procedure. The Contractor shall ensure all employees comply with applicable installation, facility and area commander installation/facility access and local security policies and procedures (provided by government representative). The Contractor shall ensure all employees provide all information required for background checks to meet installation access requirements to be accomplished by installation Provost Marshal Office, Director of Emergency Services or Security Office. The Contractor shall ensure all employees comply with all personal identity verification requirements as directed by DOD, HQDA and/or local policy. In addition to the changes otherwise authorized by the changes clause of this contract, should the Force Protection Condition (FPCON) at any individual facility or installation change, the Government may require changes in contractor security matters or processes. 1.3.7. Media Requests. Contractor personnel contacted by the media shall refer the request to the COR. Contractor will not advertise services provided to the government through media. 1.3.8. Schedule and Government Review. An initial meeting shall be conducted between the Contractor and the Government within 7 calendar days of contract award at a specific time and location to be determined by the Government. The Government will notify the Contractor in writing of the specific time and location at least 24 hours in advance. 1.3.9 Contracting Officer Representative (COR): The (COR) will be identified by separate letter. The COR monitors all technical aspects of the contract and assists in contract administration The COR is authorized to perform the following functions: assure that the Contractor performs the technical requirements of the contract: perform inspections necessary in connection with contract performance: maintain written and oral communications with the Contractor concerning technical aspects of the contract: issue written interpretations of technical requirements, including Government drawings, designs, specifications: monitor Contractor's performance and notifies both the Contracting Officer and Contractor of any deficiencies; coordinate availability of government furnished property, and provide site entry of Contractor personnel. A letter of designation issued to the COR, states the responsibilities and limitations of the COR, especially with regard to changes in cost or price, estimates or changes in delivery dates. The COR is not authorized to change any of the terms and conditions of the resulting order. 1.3.10 The Government has unlimited rights to all documents/material produced under this contract. All documents and materials, to include the source codes of any software, produced under this contract shall be Government owned and are the property of the Government with all rights and privileges of ownership/copyright belonging exclusively to the Government. These documents and materials shall not be used or sold by the contractor without written permission from the Contracting Officer. All materials supplied to the Government shall be the sole property of the Government and may not be used for any other purpose. This right does not abrogate any other Government rights. 2. CONTRACTOR FURNISHED ITEMS AND RESPONSIBILITIES: 2.1 General: Training only. The contractor is not responsible to furnish training items or any materials for this training. 2.2 The contractor shall possess and maintain access to military bases, in particular Ft. Shafter, HI. 2.3 Equipment. N/A 3. SPECIFIC TASKS: 3.1 Sequence of Events. The contractor shall build a phased sequence of events, from start to finish, which must be approved by the senior command. The contractor shall provide instructions relating to all aspects of the assessments, reports, and coaching consults. 3.2 CONTRACTOR MANAGEMENT REPORTING (CMR): The contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract for RCO-HI via a secure data collection site. The contractor is required to completely fill in all required data fields using the following web address: http://www.ecmra.mil/, and then click on "Department of the Army CMRA" or the icon on the DoD organization that is receiving or benefitting from the contracted services. Reporting inputs will be for the labor executed during the period of performance during each Government fiscal year (FY), which runs October 1 through September 30. While inputs may be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year, beginning with 2013. Contractors may direct questions to the help desk by clicking on "Send an email" which is located under the Help Resources ribbon on the right side of the login page of the applicable Service/Component's CMR website.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/69a5cfb63353330e91c4448c066c073d)
 
Place of Performance
Address: web-based for 8th Theater Sustainment Command, 0008 CS HHC Theater Sus, Wisser Rd, Fort Shafter, Hawaii, 96858, United States
Zip Code: 96858
 
Record
SN03967463-W 20151213/151211234020-69a5cfb63353330e91c4448c066c073d (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.