MODIFICATION
U -- PROSCI Change Management Training
- Notice Date
- 1/3/2018
- Notice Type
- Modification/Amendment
- NAICS
- 611710
— Educational Support Services
- Contracting Office
- Defense Logistics Agency, DLA Acquisition Locations, DLA Land and Maritime - BSM, P O Box 3990, Columbus, Ohio, 43216-5000, United States
- ZIP Code
- 43216-5000
- Solicitation Number
- SP4702-17-Q-0023
- Archive Date
- 1/27/2018
- Point of Contact
- Karl J. Hinch, Phone: 6146927954
- E-Mail Address
-
Karl.Hinch@dla.mil
(Karl.Hinch@dla.mil)
- Small Business Set-Aside
- N/A
- Description
- 1. Amendment 0001 provides the following information. Please contact Karl Hinch at Karl.Hinch@dla.mil for a copy of the solicitation amendment. 1. Amendment 0001 is issued to provide to make several revisions to the solicitation and provide the following information: E-mail: Karl.Hinch@dla.mil If mailed via USPS regular mail or Private Couriers (i.e., UPS or Fedex) Defense Supply Center Columbus DLA Contracting Services Office Columbus ATTN: DCSO-C/Karl Hinch/020-A2N108 PO Box 3990 Columbus, OH 43218 * The preferred method for submission of offers is via E-mail. The paragraph DESCRIPTION OF PRODUCTS AND SERVICES on page 6 of 51 is revised as follows: T he contractor shall provide Enterprise Change Management training pursuant to DLA Instruction 5010.01, which identifies the Prosci ADKAR ® Model as the approach designated for use throughout the Defense Logistics Agency (DLA) for Change Management. Prosci authorized training providers are listed at the Prosci website, https://www.prosci.com/training/prosci-global-partner-network. The NOTE on page 47 of 51 is revised to: NOTE: There is a realistic possibility that some offerors may choose to submit the same project as a qualifying example for both the technical qualifications of the proposed staffing and past performance factors. This is not prohibited, but the supporting documentation must demonstrate that the submitted projects absolutely do comply with the specific minimal requirements, identified below, for each separate evaluation factor. FACTOR 1: TECHNICAL CAPABILITY on page 47 of 51 is revised to: To be Technically Acceptable the contractor shall submit a Management Plan for the project detailing assigned duties, for all contractor employees and subcontractors, as part of the submitted bid package. The Management Plan shall demonstrate that the contractor is capable of completing all work in accordance with the Statement of Work. Failure to submit sufficient supporting documentation, in the contractor provided bid package, is grounds for not accepting an offer. The contractor's Management Plan shall be used for defining or stating policy, objectives, or requirements; assigning responsibility; controlling utilization of resources; periodically measuring performance; comparing that performance against stated objectives and requirements; showing work control; and taking appropriate action. The Contractor's day-to-day operation shall adhere to this documented method. The Management Plan shall include, but not be limited to the following: Organizational Structure, Operational Procedures, Employee Resumes, Overall Approach to Work, Quality Management Plan. FACTOR 1: TECHNICAL CAPABILITY on page 49 and 50 of 51 is revised to: To be technically acceptable t he contractor shall submit a Management Plan that details the assigned duties, for all contractor employees and subcontractors, as part of the submitted bid package. The Management Plan shall demonstrate that the contractor is capable of completing all work in accordance with the Performance Work Statement. Failure to submit sufficient supporting documentation, in the contractor provided bid package, is grounds for not accepting an offer. The contractor's Management Plan shall be used for defining or stating policy, objectives, or requirements; assigning responsibility; controlling utilization of resources; periodically measuring performance; comparing that performance against stated objectives and requirements; showing work control; and taking appropriate action. The Contractor's day-to-day operation shall adhere to this documented method. The Management Plan shall include, but not be limited to the following: Organizational Structure, Operational Procedures, Employee Resumes, Overall Approachto Work, and Quality Management Plan. 2. Amendment 0001 is also issued to provide a response to all potential vendors for this solicitation. The below information provides questions (Q) submitted by vendors in response to the solicitation and answers (A) to those questions by the government. (Q) Can you please advise if any facility or personal security clearances are required to perform this scope of work? (A) There are no facility or personal security clearances required to perform the scope of work. (Q) Does the Combined Synopsis/Solicitation under solicitation number SP470217Q0023 contain requirements similar to a current contract? (A) This is an entirely new contract. In the past we have had other contracts for PROSCI training but it was only for the certification training. (Q) Is it acceptable for technical information (Factors 1, 2, and 3) to be included in the same proposal volume (file) as pricing information, or are separate proposal volumes (files) required? (A) Separate proposal volumes (files) are required.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCC-BSM/SP4702-17-Q-0023/listing.html)
- Record
- SN04780477-W 20180105/180103231402-81853d40b4f9e89319510cad7ac70763 (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 |