SOLICITATION NOTICE
U -- 360 Degree Feedback Assessment Program to provide feedback on leadership skills and style to the Federal Railroad Administration (FRA) Executives, Managers and Supervisors. - SOW and Instructions to Offerors
- Notice Date
- 12/11/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541612
— Human Resources Consulting Services
- Contracting Office
- Department of Transportation, Federal Railroad Administration (FRA), Office of Acquisition and Grants Services, Mail Stop 50, West Bldg, 3rd Floor, 1200 New Jersey Avenue, SE, Washington, District of Columbia, 20590
- ZIP Code
- 20590
- Solicitation Number
- DTFR53-16-Q-00002
- Archive Date
- 12/28/2015
- Point of Contact
- Isaac Rosier, Phone: 2024936149
- E-Mail Address
-
isaac.rosier@dot.gov
(isaac.rosier@dot.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Instructions to Offerors Statement of Work Combined Synopsis/Solicitation DTFR53-16-Q-00002 12/11/2015 This Combined Synopsis/Solicitation for a 360 Degree Feedback Assessment Program to provide feedback on leadership skills and style to the Federal Railroad Administration (FRA) Executives, Managers and Supervisors. Solicitation DTFR53-16-Q-0002 is being issued as a Request for Quotation (RFQ). Synopsis: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart12.6 supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation includes the incorporated provisions and clauses in effect through Federal Acquisition Circular 2005-80. This requirement is set-aside for small businesses. The North American Industry Classification System (NAICS) Code for this procurement is 541612 with a size standard of $15 million. The Federal Railroad Administration intends to acquire commercial services to implement a 360 degree assessment tool to provide feedback to FRA's Executives, Managers and Supervisors on their leadership skills and styles to include analyzing the data and identifying aggregate competency gaps which can be used for developing training strategies, setting priorities and fostering collaboration among the leaders of FRA. See attached Statement of Work for period of performance and deliverables. Each offeror is required to submit their proposal as specified in FAR Provision 52.212 -Acquisition of Commercial Items Provisions and Clauses as noted below: 52-212-1 Instructions to Offerors - Commercial Items (Oct 2015) 52-212-2 Evaluation-Commercial Items (Oct 2014) 52.212-3 Offeror Representations and Certifications -- Commercial Items (Nov 2015) 52.212-4 Contract Terms and Conditions - Commercial Items (May 2015) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Dec 2015) (applicable clauses included as Attachment 1) 52.203-98 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements 52.204-7 System for Award Management. Interested vendors are reminded that award can only be made to a contractor that is registered in accordance with FAR 52.204-7. Additionally, in accordance with FAR 12.302, the FAR Clause at 52.212-1 is tailored to include the following: The Government anticipates awarding a firm-fixed-price contract with a base year plus two (2), one (1) year, option periods for this requirement. Interested parties capable of providing the specified services shall prepare their proposal in accordance with the attached ‘Instructions for Offerors' and the attached ‘Statement of Work', dated, 10/29/2015, and submit to the Contract Specialist, Isaac Rosier, Jr., Contract Specialist, at isaac.rosier@dot.gov. Offerors shall submit a technical proposal and a firm-fixed-price (FFP) price proposal with the total proposed price broken down by base and option years. Award will be made on a "best value" basis. The evaluation criteria, in order of importance, are Technical Capability, Key Personnel, Past Performance and Price. All non-price evaluation factors combined are more important than Price. The technical proposal shall address each criteria separately and shall not exceed 10 pages; however, resumes of key personal will not be counted towards the page limit. Offerors are encouraged to direct any questions to the Contract Specialist by e-mail. No telephone inquiries will be accepted. Questions regarding this combined synopsis/solicitation shall be submitted to the email address above no later than Thursday, 12/17/2015 at 2:00 P.M. EST. Any questions received after this date and time may or may not be answered due to time constraints of this combined synopsis/solicitation. Proposals are due on Wednesday, 12/23/2015 at 2:00 PM EST and should be submitted via email to Isaac Rosier, Jr. at the e-mail address above. Partial proposals will not be accepted for this requirement.   Attachment 1 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items 52.222-50 Combating Trafficking in Persons (MAR 2015) 52.233-3 Protest After Award (AUG 1996) 52.233-4 Applicable Law for Breach of Contract Claims (OCT 2004) 52.222-3 Convict Labor (JUN 2003) 52.222-21 Prohibition of Segregated Facilities (APR 2015) 52.222-26 Equal Opportunity (APR 2015) 52.222-36 Equal Opportunity for Workers With Disabilities (JUL 2014) 52.223-18 Contractor Policy to Ban Text Messaging While Driving (AUG 2011) 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008) 52.232-33 Payment by Electronic Funds Transfer - System for Award Management(JUL 2013)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FRA/OAGS/DTFR53-16-Q-00002/listing.html)
- Place of Performance
- Address: The Statement of Work (SOW) requires primarily electronic delivery of service with some in-person pre-briefing and post-briefing with participants at the Department of Transportation/Federal Railroad Administration Headquarters offices - 1200 New Jersey Avenue SE, 3rd Floor., Washington, District of Columbia, 20590, United States
- Zip Code: 20590
- Zip Code: 20590
- Record
- SN03967641-W 20151213/151211234148-f6450090b4c93b98121cfd22a888b3f5 (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 |