SOLICITATION NOTICE
U -- Leadership Development Program - 18T0056 Supporting Document
- Notice Date
- 5/7/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 611430
— Professional and Management Development Training
- Contracting Office
- Department of the Navy, Naval Sea Systems Command, NSWC Port Hueneme Division, 4363 Missile Way, Port Hueneme, California, 93043-4307
- ZIP Code
- 93043-4307
- Solicitation Number
- N63394-18-T-0056
- Archive Date
- 6/30/2018
- Point of Contact
- RACHEL T. SMITH, Phone: 805-228-0442
- E-Mail Address
-
RACHEL.T.SMITH@NAVY.MIL
(RACHEL.T.SMITH@NAVY.MIL)
- Small Business Set-Aside
- Total Small Business
- Description
- Wage Rate Determination for Port Hueneme, CA; San Diego, CA; and Norfolk, VA This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in FAR 12.6, as 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. The solicitation number is N63394-18-T-0056 and is issued as a Request for Quote (RFQ), unless otherwise indicated herein. The solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-97 and DFARS DPN 20180418. The associated North American Industrial Classification System (NAICS) code for this procurement is 611430 with a small business size standard of $11.0 Million. This requirement is competitive, small business set-aside, and only qualified offerors may submit quotes. Naval Surface Warfare Center, Port Hueneme Division intends to enter into a Firm Fixed Price contract for the following requirement: A 12-month leadership development program for selected personnel. Up to 30 leadership employees shall participate in a four-session, leadership developmental program. Participants in this program will be present at all sessions, traveling to the various locations as set forth in this Performance Work Statement. The four program sessions will be held in the following locations: Session 1: Off-site location to be identified and secured by the contractor and held in the local area of Naval Surface Warfare Center, Port Hueneme Division (NSWC PHD), CA; Session 2: Off-site location to be identified and secured by the contractor and held in the local area of San Diego, CA; Session 3: Off-site location to be identified and secured by the contractor and held in the local area of Norfolk, VA; Session 4: Off-site location to be identified and secured by the contractor and held in the local area of Naval Surface Warfare Center, Port Hueneme Division (NSWC PHD), CA. Detailed description contained in the attached Performance Work Statement (PWS) Bid must be good for a minimum of 60 calendar days after close of the RFQ. Terms are Net 30. In addition to price, responses shall include the following: (1) Cage Code: (2) Dun & Bradstreet #: (3) Tax ID #: (4) Special Small Business Sub-Category (if applicable): (5) Pricing: Are the items quoted available on a commercial, published, or on-line price listing? If so, please attach to the RFQ response. If internal price listing, please provide the title of your price list with the page number the items are listed on & the date it was established. (6) If quoting on a GSA Schedule, please provide Schedule Number and Expiration Date. This will be a Government Purchase Order with payment through the Wide Area Workflow (WAWF), https://wawf.eb.mil/. WAWF is the DoD mandated invoicing method for Government orders. Payment terms are Net 30, as the Government does not pay in advance for any services being rendered, and must be in arrears to prevent invoice rejection. Payment is then made by EFT through the Defense Finance Service Center (DFAS). To be eligible for award of a Government contract, contractors must be properly registered in the System for Award Management (SAM). The link to the website is https://www.sam.gov. The following solicitation provisions apply to this acquisition: FAR 52.204-7 System for Award Management. FAR 52.204-16 Commercial and Government Entity Code Reporting. FAR 52.204-17 Ownership or Control of Offeror. FAR 52.204-20 Predecessor of Offeror. FAR 52.204-22 Alternative Line Item Proposal. FAR 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations- Representation. FAR 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law. FAR 52.219-1 Small Business Program Representations. FAR 52.222-22 Previous Contracts and Compliance Reports. FAR 52.222-48 Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Certification. FAR 52.222-52 Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services-Certification. FAR 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications. DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials. DFARS 252.204-7004 Alternate A, System for Award Management. DFARS 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls. DFARS 252.213-7000 Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations. FAR 52.212-1 Instructions to Offerors-Commercial Items. FAR 52.212-2 -- Evaluation--Commercial Items. Award shall be made to the offeror whose quotation offers the best value to the government, considering past performance, technical capability, and price. The government will evaluate information based on the following evaluation criteria: Past Performance. Past performance is more important than technical capability and price. Offerors may identify past or current contracts (including Federal, State, and local government and private) for efforts similar to the Government requirement. Please provide two examples of similar work performed within the past five years. Technical capability factor. Please provide a capability statement with your quotation that addresses your qualifications to perform the work being requested along with a portfolio that demonstrates three examples of previous work done in the last five years. Price. Price will be evaluated next to technical capability. **Technical capability factor and price are considered equal. FAR 52.212-3 Offeror Representations and Certifications -- Commercial Items The offeror shall complete only paragraphs (b) of this provision if the Offeror has completed the annual representations and certification electronically via the System for Award Management (SAM) Web site located at http://www.sam.gov/portal. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (u) of this provision. The following contract clauses apply to this acquisition: FAR 52.204-9 Personal Identity Verification of Contractor Personnel. FAR 52.204-13 System for Award Management Maintenance. FAR 52.204-18 Commercial and Government Entity Code Maintenance. FAR 52.204-19 Incorporation by Reference of Representations and Certification. FAR 52.211-15 Defense Priority and Allocation Requirements. FAR 52.212-4 Contract Terms and Conditions-Commercial Items. FAR 52.222-99(Dev) Notification Of Employee Rights Under The National Labor Relations Act. FAR 52.223-5 Pollution Prevention and Right-to-Know Information. FAR 52.232-39 Unenforceability of Unauthorized Obligations. FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors. FAR 52.233-1 Disputes. FAR 52.234-1 Industrial Resources Developed Under Title III, Defense Production Act. FAR 52.237-2 Protection of Government Buildings, Equipment, and Vegetation. FAR 52.243-1 Changes-Fixed Price. FAR 52.244-6 Subcontracts for Commercial Items. FAR 52.247-34 F.o.b. Destination. FAR 52.252-2 Clauses Incorporated by Reference. FAR at GSA: http://acquisition.gov/far/ FAR at Hill AFB: http://farsite.hill.af.mil/ DFAR: http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html FAR 52.252-6 Authorized Deviations in Clauses DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials. DFARS 252.203-7002 Requirements to Inform Employees of Whistleblower Rights. DFARS 252.204-7003 Control of Government Personnel Work Product. DFARS 252.204-7009 Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information. DFARS 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting. DFARS 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support. DFARS 252.223-7006 Prohibition on Storage, Treatment, and Disposal of Toxic or Hazardous Materials. DFARS 252.223-7008 Prohibition of Hexavalent Chromium. DFARS 252.225-7001 Buy American and Balance of Payments Program. DFARS 252.225-7002 Qualifying Country Sources as Subcontractors. DFARS 252.225-7048 Export-Controlled Items. DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. DFARS 252.232-7006 Wide Area Workflow Payment Instructions. DFARS 252.232-7010 Levies on Contract Payments. DFARS 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel. DFARS 252.243-7001 Pricing of Contract Modifications. DFARS 252.244-7000 Subcontracts for Commercial Items. DFARS 252.246-7000 Material Inspection and Receiving Report. DFARS 252.247-7023 Transportation of Supplies by Sea. HQ G-2-0009 Supplemental Instructions Regarding Invoicing (NAVSEA)(APR 2015) NMCARS 5237.102-90 Enterprise-wide Contractor Manpower Reporting Application (ECMRA) FAR 52.212-5, including the following subparagraphs, is applicable: (b) FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards. FAR 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. FAR 52.219-6 Notice of Total Small Business Set-Aside. FAR 52.219-28 Post Award Small Business Program Representation. FAR 52.222-3 Convict Labor. FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies. FAR 52.222-21 Prohibition of Segregated Facilities. FAR 52.222-26 Equal Opportunity. FAR 52.222-35 Equal Opportunity for Veterans. FAR 52.222-36 Equal Opportunity for Workers with Disabilities. FAR 52.222-37 Employment Reports on Veterans. FAR 52.222-40 Notification of Employee Rights Under the National Labor Relations Act. FAR 52.222-50 Combating Trafficking in Persons. FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving. FAR 52.225-13 Restrictions on Certain Foreign Purchases. FAR 52.232-33 Payment by Electronic Funds Transfer-- System for Award Management. (c) FAR 52.222-17 Nondisplacement of Qualified Workers. FAR 52.222-41 Service Contract Labor Standards. (see attached Wage Rate Determination) FAR 52.222-42 Statement of Equivalent Rates for Federal Hires. (see attached Wage Rate Determination) FAR 52.222-50 Combating Trafficking in Persons. FAR 52.222-55 Minimum Wages Under Executive Order 13658. Inspection and Acceptance will be at destination (NSWC PHD). Contract award is expected on a FOB destination basis. This will be a commercial acquisition in accordance with FAR Part 12. The offeror may submit questions requesting clarification of solicitation requirements to the Contract Administrator. It is requested that all questions be received no later than 10 May 2018, 10:00 am Pacific Time, as time may not permit responses to questions received after that time to be prepared and issued prior to the receipt of proposals. All changes to the requirement that occur prior to the closing date will be posted to FedBizOpps. It is the responsibility of interested vendors to monitor FedBizOpps for amendments that may be issued to this solicitation. For changes made after the closing date, only those offerors that provide a proposal will be provided any changes/amendments and considered for future discussions and/or award. No hard copies of the solicitation will be mailed. All responsible sources may submit a quotation which shall be considered by the agency. Quotes must be submitted in portable document format (.pdf). Respond to Rachel T. Smith by E-Mail to: Rachel.T.Smith@navy.mil, (Preferred Method) OR by mail to: Commander, Code 0251, NSWC PHD, Bldg 1215 Acquisition Dept., 4363 Missile Way, Port Hueneme, CA 93043, no later than 5:00 pm, Pacific Time, 18 May 2018. Award shall be made to the offeror whose quotation offers the best value to the government, considering past performance, technical capability, and price. The government will evaluate information based on the following evaluation criteria: Past Performance. Past performance is more important than technical capability and price. Offerors may identify past or current contracts (including Federal, State, and local government and private) for efforts similar to the Government requirement. Please provide two examples of similar work performed within the past five years. Technical capability factor. Please provide a capability statement with your quotation that addresses your qualifications to perform the work being requested along with a portfolio that demonstrates three examples of previous work done in the last five years. Price. Price will be evaluated next to technical capability. **Technical capability factor and price are considered equal. Performance Work Statement (Revised 17 March 2018) Naval Surface Warfare Center, Port Hueneme Division (NSWC PHD) Leadership Development Program Period of Performance (POP): 12 months A. Background The Naval Surface Warfare Center, Port Hueneme Division (NSWC PHD) is implementing a 15-month leadership development program for selected personnel. Up to 30 leadership employees shall participate in a four-session, leadership developmental program. Participants in this program will be present at all sessions, traveling to the various locations as set forth in this Performance Work Statement (PWS). The four program sessions will be held in the following locations: Session 1: Off-site location to be identified and secured by the contractor and held in the local area of Naval Surface Warfare Center, Port Hueneme Division (NSWC PHD), CA; Session 2: Off-site location to be identified and secured by the contractor and held in the local area of San Diego, CA; Session 3: Off-site location to be identified and secured by the contractor and held in the local area of Norfolk, VA; Session 4: Off-site location to be identified and secured by the contractor and held in the local area of Naval Surface Warfare Center, Port Hueneme Division (NSWC PHD), CA. Learning activities shall be tailored to the collective developmental and individual learning needs of the program participants and shall assure that participants attain the competencies necessary for leadership positions as directed by the U.S. Office of Personnel Management (OPM). B. Scope of Work Contractor shall design and deliver a leadership development program for Naval Surface Warfare Center, Port Hueneme Division (NSWC PHD) that addresses the mission, core values and current and future challenges of Naval Surface Warfare Center, Port Hueneme Division (NSWC PHD) leadership and share provide an integrated program of learning to develop the leadership competencies of the participants through action-learning teams (ALTs). Administrative Session 1: The contractor, over a two-day visit to Naval Surface Warfare Center, Port Hueneme Division (NSWC PHD), shall finalize the program design and meet with various leaders. Administrative Session 2: The contractor, at the program's mid-point shall provide an in-person status report on program and participant progress, to the Leadership Development Program Manager and leadership at Naval Surface Warfare Center, Port Hueneme Division (NSWC PHD). C. Objectives Contractor shall develop a curriculum and provide all learning and assessment materials to instruct participants in subject matter content needed for leadership positions, including:  Techniques for Leadership Effectiveness  People Management Issues  Performance Management  Ethics, Honesty, and Integrity  Budgeting and Financial Management  Employee and Labor Relations  Equal Employment Opportunity (EEO) and Diversity Issues, and  Training and Development. Contractor shall instruct and coach participants in leadership skills including:  Leading Change  Personal and Interpersonal Awareness (via 360 degree competency assessment and other instruments)  Leading People  Driving Results  Conflict Resolution  Diversity  Team Management  Business Acumen, and  Communication D. Approach The contractor shall employ action-learning, supported by classroom instruction. Contractor's curriculum shall employ classroom discussion, group exercises, reading assignments, client-specific situations needing attention (SITNA's) through action-learning teams, coaching and skill building sessions, and Naval Surface Warfare Center, Port Hueneme Division (NSWC PHD) team projects. The following components shall be integral to this effort: Assessment of Skills: Contractor shall supply a 360-degree assessment tailored to Office of Personnel Management (OPM) key leadership competencies to supply feedback from leadership, peers and subordinates on their perceptions of the participants' level of development in each of 27 core competencies. Contractor shall administer this instrument within the first 30 days of the program. Contractor staff shall deliver feedback reports, interpret the results, and counsel participants on the learning experiences necessary for their development. At the end of the program, contractor shall again administer the instrument to evaluate participant progress relative to these competencies. Contractor shall provide the leadership development program manager, Naval Surface Warfare Center, Port Hueneme Division (NSWC PHD), with written results of all instruments administered. Contractor shall compare and contrast the results of the pre-and-post instruments. Contractor shall submit a final report with metrics on the results of program assessment to the leadership development program manager, NSWC PHD. The Individual Development Plan (IDP) is the foundation and integrating mechanism for learning activities throughout the program. Contractor facilitators shall coach participants in developing an individual development plan (IDP) based on feedback from the Leadership Effectiveness Inventory (LEI) and the Meyers-Briggs Type Indicator (MBTI). The individual development plan (IDP) shall guide the participants through the process of acquiring executive core competencies and shall be employed by contractor to track participant progress. Action-Learning Teams (ALTs) enhance learning and challenge participants throughout the program. Contractor shall facilitate participants assigned to action-learning teams (ALTs) as they address personnel management and morale challenges facing Naval Surface Warfare Center, Port Hueneme Division (NSWC PHD) through their projects. A contractor facilitator shall be actively involved with the team during the program. The team facilitators shall meet with participants during task 2 (described below). During the course of the program, the contractor shall facilitate personal coaching with the teams and their members to provide just-in-time coaching on working effectively as a team member, and shall identify additional opportunities for development. Contractor facilitators in concert with the leadership development program manager, Naval Surface Warfare Center, Port Hueneme Division (NSWC PHD), shall advise and assist the teams with group process issues that may arise as they work through their assignments. The contractor staff shall provide individual feedback on team skills and monitor development activities identified in individual development plans (IDPs). The contractor shall coach action-learning teams on making acceptable reports and presentations to the Naval Surface Warfare Center, Port Hueneme Division (NSWC PHD) senior leadership team, contractor staff, the leadership development program manager, participants in already concluded Naval Surface Warfare Center, Port Hueneme Division (NSWC PHD) management development programs, and other leaders as determined by Naval Surface Warfare Center, Port Hueneme Division (NSWC PHD). Leadership Readings shall further develop the participants' leadership skills. Participants shall be assigned selected readings in support of the curriculum aimed at preparing them for leadership positions. The contractor shall facilitate participants in analyzing and discussing these books during core sessions. Management Interviews shall facilitate the participant's access to senior leaders. Contractor shall instruct and coach participants on interview techniques. Contractor shall conduct four core classes, two administrative sessions, and an orientation session. Each session shall involve classroom activities, address a different aspect of leadership development, and promote identity with the management team of Naval Surface Warfare Center, Port Hueneme Division (NSWC PHD). The contractor's curriculum shall assure that participants shall learn leadership skills while engaging in team projects, allowing them to gain a better understanding of federal leadership positions while developing leadership skills in the areas of building coalitions and communications, leading people, and leading change. The contractor shall employ a variety of formats using the classroom situation, including:  Lectures  Assessment Tools  Team projects  Learning labs  Case Studies  Practice Sessions  Videos  Feedback Sessions E. Tasks 1. Session I. Program Preview and Orientation Session (four hours) Contractor objectives shall be to instruct, coach and facilitate. Contractor shall describe the Meyers-Briggs Type Indicator (MBTI) self-assessment and the conflict styles self-assessment and the Leadership Effectiveness Inventory (LEI), which the participants take and score. Participants shall select mentors who are currently in management positions to work with throughout the program and with whom to discuss their team action-learning projects. 2. Core I - Introduction to Leadership (Residential / Offsite) (five days) Contractor objectives shall be to instruct, coach and facilitate to assure that this core information gives potential leadership a basic understanding of the techniques used to create a productive work environment. It includes the skills to successfully make the transition to leadership while appreciating the significance of the latest trends in the federal workforce. As an integral part of Core I, participants shall receive their 360 degree and Meyers-Briggs Type Indicator (MBTI) feedback, and individual coaching and counseling on how to use the feedback to create their individual development plans (IDPs); inculcating appreciation for the history and organizational culture of Naval Surface Warfare Center, Port Hueneme Division (NSWC PHD) shall also be emphasized. Contractor shall work with Naval Surface Warfare Center, Port Hueneme Division (NSWC PHD) personnel to integrate specialized command criteria in the curriculum. Contractor shall cover the following topics:  Making the Transition to Leadership  Influencing and Negotiating  Building Social Capital  Executive Presentation Skills  Effective Communication and Feedback  Individual Coaching and Counseling  The MBTI: Understanding Yourself and Others  Ethics, Honesty, and Integrity  Decision Making and Problem Solving  Project Management  Budgeting and Financial Management  Introduction to Action-Learning During this session, Contractor shall facilitate participants being divided into teams and selecting a specific situations needing attention (SITNA) or project. The specific situations needing attention (SITNA) or project shall be based on a specific leadership challenges facing Naval Surface Warfare Center, Port Hueneme Division (NSWC PHD) and shall allow the participants to work through the issue and gain a better understanding of Naval Surface Warfare Center, Port Hueneme Division (NSWC PHD) while developing team skills. The action-learning teams (ALTs) shall continue throughout the training sessions, though individual projects may change. 3. Core II - Learning to Lead (five days) Contractor objectives shall be to instruct, coach and facilitate to assure that this core session shall give participants a basic understanding of the specific interpersonal competencies of an exceptional leader. Contractor shall reinforce the basics of team facilitation, participation, and function so that the participant shall be able to build strong work teams. Contractor shall cover the following topics:  Leadership Role  Communicating for Improved Productivity and Working Relationships  Managing Conflict  Performance Management Systems  Motivating Your Workforce  Delegation  Diversity and Leadership  Performance Coaching and Counseling  Managing Performance Issues  Customer Relations  Stages of Team Development  Team Projects  Team Chartering  Team Roles and Responsibilities  Insight Survey on Maintenance/Relationship Behavior  Conducting Effective Team Meetings  Team Decision Making and Problem Solving  Conflict Resolution for Teams  Dealing with Virtual Team Members (Blackboard/Chat Rooms) and  Dealing with Difficult Team Members  Leading Change and Managing Change 4. Core III - Federal Human Resources Management (five days) Contractor objectives shall be to instruct, coach and facilitate to assure that this core shall give participants an understanding of how to negotiate people management issues through the human resources (HR) policies and programs prescribed for federal employees. It shall include an overview of concepts, policies and procedures of Federal HR. Contractor shall cover the following topics:  Conduct and Performance Procedures  Classification & Staffing  Pay & Leave Administration (Hiring to Separation)  Employee and Labor Relations  Sexual Harassment  Adverse Actions  Labor Law Basics  Employee Assistance Program  Medical Issues (ADA included)  Equal Employment Opportunity/Affirmative Action  RIF and Retirement Issues  Training and Development  Interviewing Techniques 5. Core IV - Political Savvy / External Awareness Focused Core (five days) a). Contractor objectives shall be to instruct, coach and facilitate to assure that this session shall give participants a better awareness of the conduct and interactions of Congress, the administration, the Department of Defense (DoD), U.S. Navy, Naval Sea Systems Command (NAVSEA), and Naval Warfare Center (NWC). The session shall include briefings on the strategic alignment between the Chief of Naval Operations (CNOs) priorities, Naval Sea Systems Command's (NAVSEA's) strategic goals, the Naval Warfare Center (NWC) enterprise, Naval Surface Warfare Center, Port Hueneme Division's (NSWC PHD's) priorities and the innovative partnering and collaboration necessary to achieve desired objectives. b). Contractor objectives shall be to instruct, coach and facilitate to assure that participants shall learn how to lead in turbulent times while exhibiting political savvy and building strong coalitions. This core gives leadership the information and knowledge management tools necessary to build a credible business case. At this final core session, participants shall make presentations on their teams' projects, dealing with issues at the department level. The presentations shall be followed by an award and graduation ceremony. Contractor shall cover the following topics:  Department of Defense (DoD) - Navy, Naval Sea Systems Command (NAVSEA), Naval Warfare Center (NWC)  Washington Political Environment  The Navy of the Future  President's Management Agenda  Direction of DoD Personnel Management  Building Coalitions and Alliances  Developing Political Savvy  Preparation for Team Presentations/Graduation Contractor shall work with Naval Surface Warfare Center, Port Hueneme Division (NSWC PHD) personnel to integrate specialized command criteria in the curriculum. F. Deliverables 1. The contractor shall deliver progress reports on participants to the Naval Surface Warfare Center, Port Hueneme Division (NSWC PHD) training director and the leadership development program manager within 10 days of completion of tasks 2, 4, 6 and 8. Progress reports shall include feedback on individual participant's progress and participant's assessment of those tasks. 2. The contractor shall make available the 360-degree instrument report to each participant of the program presented by the end of task 2 with recommendations for next steps 3. Contractor shall deliver a copy of the 360-degree instrument reports and analysis as characterized in section D, "Approach," within 15 days of completion of task 2. 4. Contractor shall deliver a copy of the 360-degree instrument final report and analysis as characterized above in section D, "Approach," and a final program evaluation report with metrics within 90 days of completion of task. 5. Contractor shall deliver curriculum and lesson plans for all core sessions no later than 30 days prior to each core session start date. 6. Completed tasks as described above under section E, "Tasks." 7. Course workbooks for each of the "tasks" under section E. G. Acceptance Procedures Performance shall be considered acceptable when deliverables are accurate, complete and provided on time. H. Facilities The contractor shall arrange for all classroom facilities and equipment for each core session - the first core session shall be in held in Ventura County.   Session 1 Day 1 (PHD Local) • Leadership Development Program (LDP) Overview and Curriculum • 360 Leadership Assessment Instrument • Meyers-Briggs Type Inventory (MBTI) and Working in Teams • Making the Transition to Naval Sea Systems Command (NAVSEA) Leader • Naval Sea Systems Command (NAVSEA) "Expanding the Advantage" Day 2 • Department of Defense (DoD) Mission and Culture • Navy and Naval Sea Systems Command (NAVSEA), who we are, why we are here and the challenges in the future • Navy Technical Infrastructure • Weapons Development is Not Weapon Acquisition • NAVSEA and the Importance of Political Savvy Career Strategies Day 3 • Career strategies and Leadership Development Plan (LDP) • Drafting Leadership Development Plan (LDP) • Environmental Scan • Action Plans for Strategic Objective Command Task Force Projects Day 4 • The Difference Between Management and Leadership • Developing Effective Coaching / Mentoring Skills • Accountability • Team Building Day 5 • Linking the Environmental Scan Results to Command Task Force Projects • Team formation for Command Task Force Team • Team Communications Plan • Effective Communication • Reading Assignments/Strategic Objectives Session 2 Day 1 (San Diego) • Leadership Development Program (LDP) Overview • Book review "Leading with Questions" • Action Learning Teams In Action • Review of Command Task Force Projects • Formation of Command Task Force Groups Day 2 • Cultures Working in Conflict or Complimentary • Conflict Management • Leveraging Diversity • Developing Others Day 3 • Human Capital Management • The Federal Budget Process • Planning, Programming and Budgeting and Execution Process (PPBE) • Working Capital Funds Day 4 • Site Visits: Regional Maintenance Centers (RMCs) / Typce Commander / Corona Day 5 • Influencing and Negotiating • Performance Management • Decisiveness • Reading Assignments/Updates on Task Force Project Session 3 Day 1 (Norfolk) • Integrity, empathy, encouragement • Align Priorities to Mission • Communication / Feedback • Transparency Day 2 • Task Force Project Deliverables • Task Force Team Charter • Team Agreement • Root Cause Analysis • Solution Recommendation Day 3 • Solution Recommendation • Implementation Plans • Reporting • Benchmarking Day 4 • Site Visits: Regional Maintenance Centers (RMCs) / Typce Commander / VA Beach/Commander, Operational Test and Evaluation Force (COTF) Day 5 • Critical Thinking • Program Administration/Management • Change and Deliberate Practice • Updates and administration Task Force Team Projects / Assignments Session 4 Day 1 (PHD Local) • Effective Briefing Techniques • Task Force Team Prep Time Day 2 • Task Force Team Presentation • Questions and Answers (Q&A) Peer Feedback Day 3 • The Return on Investment (ROI) of Getting Results and Developing Others for Naval Sea Systems Command (NAVSEA) • Task Force Team Prep Day 4 • Thriving and Surviving the first 90 days.........after Graduation • Task Force Team Prep Day 5 • Welcome and Leadership Development Program (LDP) Networking • Task Force Team Presentations • Keynote Speaker • Class Speakers • Graduation Ceremony
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N63394/N63394-18-T-0056/listing.html)
- Place of Performance
- Address: (Administration Location), NAVAL SURFACE WARFARE CENTER, PORT HUENEME DIVISION, 4363 MISSILE WAY, (see description for performance location), PORT HUENEME, California, 93043, United States
- Zip Code: 93043
- Zip Code: 93043
- Record
- SN04912523-W 20180509/180507230512-29fead55853e1205e086406c200efd7b (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 |