Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 23, 2019 FBO #6482
SOLICITATION NOTICE

U -- Create Cemetery Administrator Certification Program based upon existing profiencies. Program must be capable of being loaded int the Talent Management System (TMS) used by NCA, per the attached Performance Work Statement.

Notice Date
8/21/2019
 
Notice Type
Combine Synopsis/Solicitation
 
NAICS
611430 — Professional and Management Development Training
 
Contracting Office
Department of Veterans Affairs;National Cemetery Administration;Contracting Services;18434 Joplin Road;Triangle VA 22172
 
ZIP Code
22172
 
Solicitation Number
36C78619Q0473
 
Response Due
9/4/2019
 
Archive Date
10/19/2019
 
Point of Contact
Paul.Zagaruyka@va.gov
 
Small Business Set-Aside
N/A
 
Description
Page 1 of 1 Page 8 of 35 Page 1 of 1 RFQ FOR COMMERCIAL ITEMS GENERAL INFORMATION Document Type: Combined Synopsis Solicitation Solicitation Number: 36C78619Q0473 Post Date: 08/21/2019 Original Response Date: 09/04/2019 4:00 pm Eastern Standard Time Applicable NAICS: 611430 Classification Code: U008 Set Aside Type: SDVOSB/VOSB/SB Tiered Evaluations Period of Performance: Date of Award through 365 days Issuing Contracting Office: Department of Veterans Affairs National Cemetery Administration, Contract Services 75 Barrett Heights Rd., Suite 309 Stafford, VA 22556 Place of Performance: Virtual. Winning vendor will work with the National Cemetery Administration National Training Center in St. Louis, Missouri, but is not required to be locally established. Attachments: A - Performance Work Statement B - Past Performance Questionnaire C - Wage Determination for 2015-5075 Rev. 11 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 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. This solicitation is issued as a Request for Quotation (RFQ), solicitation number 36C78619Q0473. This solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2019-01 Effective 20 Dec 2018. SOLICITATION NOTICE OF TIERED EVALUATIONS This procurement is set-aside based on an order of priority as established in 38 U.S.C. 8127. TIERED EVALUATIONS INCLUDING SMALL BUSINESS CONCERNS: This solicitation is being issued as a tiered evaluation for SDVOSB concerns, or in the alternative, a tiered evaluation for VOSB concerns, or in the alternative, a set-aside for other small business concerns with HUBZone small business concerns and 8(a) participants having priority. If award cannot be made, the solicitation will be cancelled, and the requirement resolicited. Any vendor claiming SDVOSB or VOSB status must be registered as such at https://www.vip.vetbiz.va.gov/ before the solicitation closes. Any offer rendered, of which SDVOSB or VOSB status is claimed which are not registered, will be considered non-responsive and may not be accepted. The applicable North American Industrial Classification System (NAICS) code for this procurement is 611430, with a business size standard of $11.0 million. This notice shall not be construed as a commitment by the Government to ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. The U.S. Department of Veterans Affairs, National Cemetery Administration, anticipates the award of a Firm Fixed Priced Contract. Scope: The contractor shall be responsible for creating a Cemetery Administrator Certification Program as per the Performance Work Statement. PRICE SCHEDULE: The contractor shall provide all personnel, supervision, and other items and services necessary to design, develop and implement a Cemetery Administrator (1630) Occupational Certification Program that will validate if Cemetery Administrators possess the competencies to function at the appropriate proficiency level for their grade for the NCA National Training Center (NTC) located in St. Louis, Missouri, in accordance with the terms and conditions contained in this solicitation. The schedule price shall be all-inclusive, including all labor, equipment, materials, and supplies to complete the Contract Line Items (CLINs). Offerors shall enter unit price and total amounts for each CLIN as indicated in the schedule. In the event there is a difference between a unit price and the extended total amount, the unit price will be held to be the intended bid price and the total of the CLINs will be recomputed accordingly. Period of Performance: Date of award through 365 calendar days Schedule and Deliverables: See below. Services to be Provided: See Attachment A Performance Work Statement Pre-proposal Briefing: A pre-proposal briefing will be held via phone conference on Wednesday, August 23rd, 2019 (Time to be determined later). Offerors are urged to attend the pre-proposal phone briefing prior to submitting an offer. This is a complex requirement and the winning vendor will be working closely with NCA personnel. This conference will provide needed information for submitting an acceptable package. If you plan to call into the conference, YOU MUST CONTACT one of the following personnel via email to register: Jillian Angelo at Jillian.Angelo@va.gov, or Paul.Zagaruyka@va.gov. The call-in number for the conference will be provided via email reply. Responses to this Request for Quotation (RFQ) are due to the Contracting Officer no later than 4:00 pm on September 4th, 2019. Responses to this announcement will result in a Firm-Fixed Price Contract and the Government intends to make award without discussions. All information submitted in response to this announcement is voluntary and the Government will not pay for information provided nor will it compensate any respondent for any cost incurred in developing information provided for the Government. Offerors are responsible for obtaining any and all amendments or additional information concerning this announcement at WWW.FBO.GOV. All questions regarding this solicitation are to be submitted to the contracting officer, via email, no later than (5) calendar days before the closing date of the solicitation. Questions will not be addressed using the telephone. Proposal Format and Submission Information: Offers must be submitted on company letterhead. Commercial format is encouraged. All offerors shall include the following information as part of their quote: Legal Business/Company Name (as listed in www.sam.gov) DUNS Number Point of Contact Name Telephone number Email Address -Pricing shall be submitted as requested in the Schedule of Supplies/Services -Technical Package for Evaluation -Past Performance Questionnaire (Attachment C) Proposals shall be submitted via vendor portal or by email to the following address: Email: Paul.Zagaruyka@va.gov VENDOR PORTAL USAGE INFORMATION The Vendor Portal is a module of the Electronic Contract Management System (eCMS) that serves as a central location that allows for communication between VA Acquisition Staff and potential vendors.   Vendors will need to visit the Vendor Portal (https://www.vendorportal.ecms.va.gov) to register. In the event an Offeror is unable to register for a user account and/or submit a proposal through the Vendor Portal prior to the proposal closing date, the vendor is to contact the VAAS helpdesk at 1-877-634-3739, or via email at VA.Acquisition.Systems@va.gov.   If the deadline hits as you are uploading your documents, the portal will shut without giving notice it is doing so. The upload appears to be happening however, it never finishes. Once registered, vendors will be able to access/edit their profile, view solicitations/awards and submit bids/proposals as instructed. Vendors can submit questions via the Vendor Portal which can be answered directly within the Vendor Portal. Submission of Quotes:    All quotes must be submitted through the Department of Veterans Affairs Electronic Management System (eCMS) Vendor Portal website to be considered for Award. Questions pertaining to this announcement shall be sent by email to: Paul.Zagaruyka@va.gov. Evaluation Process: The Government intends to award a firm fixed price contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation that provides the best benefit to the Government, price and other factors considered. Offers will be evaluated by performing a comparative evaluation in accordance with FAR 13.106-2(b)(3) to determine which response represents the best as a whole. Quotes will be evaluated by performing a direct comparison of one offer with another in a uniform manner to determine which quote provides the government with its needs, as identified in the RFQ. SDVOSB proposals will be compared with other SDVOSB proposals. If no fair and reasonable response is received amongst the SDVOSB proposals, VOSB proposals will be compared to other VOSB proposals. If no fair and reasonable response is received among the VOSB proposals, the remaining small business proposals will be compared against each other. The Government reserve the right to consider a response that offers more than the minimum requirement and select that response if it provided the best benefit to the Government. The Government has the discretion to accept other than the lowest priced offeror that provides additional benefits. The Government has the discretion to make an award based on whether the lowest price of the quotations/offers, having the highest past performance rating possible, represents the best benefit to the Government. The following factors shall be used to evaluate offers: Offer shall be evaluated in accordance with the criteria contained in the Statement of Work and on how well the technical approach meets the Government requirements. Technical approach shall include, but is not limited to, the following: A narrative that details and demonstrates the Contractor s understanding of the complexity and magnitude of the requirement. This includes: Contractor s plan on completing the requirement. The level of experience the offeror has in similar type of work. Magnitude (dollar range), complexity, period of performance. If applicable, barriers (positive or negative) in providing this service and how the offeror will overcome them. Failure to provide the required narrative may result in the Contractor being considered non-responsive. Pricing: The sum of all the CLINs will represent the total evaluated price. Proposed price must be determined to be fair and reasonable in order to be eligible for award. Technical Acceptability Demonstrated experience performing this requirement. Demonstrated qualifications to perform services. Past Performance: Past performance shall be evaluated based on the offeror s technical qualifications on projects within the last 5 years that are comparable in size, complexity, and scope. Offerors are responsible for submitting no more than three (3) references Past Performance information shall be obtained by the following methods. The Contracting Officer s knowledge of previous experience with the supply or service being acquired; Customer past performance questionnaire replies. The Governmentwide Past Performance Information Retrieval System (PPIRS) at www.ppirs.gov or; Any other reasonable basis. Completed past performance questionnaires are to be submitted to the contracting officer for review via email to Paul.Zagaruyka@va.gov no later than the solicitation s closing date and time. SDVOSB/VOSB Status verification in CVE This requirement is being posted as a tiered evaluation, with SDVOSB scheduled to be evaluated first, followed by VOSB and then SB. If the winning vendor claims status as SDVOSB or VOSB they must be registered as such at WWW.VIP.VETBIZ.VA.GOV. Proposal Contents: -Pricing shall be submitted as requested in the Schedule of Supplies/Services. -Technical Package for Evaluation The following shall be included as part of the offeror s submission: Experience of company and subcontractors anticipated to perform work under this contract Managerial & Technical Qualifications of key personnel Qualifications of any proposed sub-contractors and the percentage of work they will be performing. Solicitation Provisions and Contract Clauses The full text of FAR/VAAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. https://www.va.gov/oal/library/vaar/ The following solicitation provisions apply to this acquisition: FAR 52.212-1 Instructions to Offerors Commercial Items (Oct 2018) FAR 52.204-7 System for Award Management (Oct 2018) FAR 52.204-16 Commercial and Government Entity Code Reporting (Jul 2016) VAAR 852.270-1 Representatives of Contracting Officers (Jan 2008) Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3 Offerors Representations and Certifications Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. The following solicitation clauses apply to this acquisition: The clause at 52.212-4, Contract Terms and Conditions Commercial Items (Oct 2018) applies to this acquisition. Addendum to FAR clause 52.212-4, Contract Terms and Conditions Commercial Items (Oct 2018): FAR 52.204-13 System for Award Maintenance (Oct 2018) FAR 52.204-18 Commercial and Government Entity Code Maintenance (Jul 2016) FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) VAAR 852.203-70 Commercial Advertising (Jan 2008) VAAR 852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business (Jul 2016) (DEVIATION) VAAR 852.219-74, Limitations on Subcontracting Monitoring and Compliance (Jul 2018) VAAR 852.232-72 Electronic Submission of Payments Requests (Nov 2012) VAAR 852.237-70 Contractor Responsibilities (Apr 1984) The clause at 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders (Jan 2019) applies to this acquisition. The following subparagraphs of FAR 52.212-5 are applicable: (b)(4), (b)(22), (b)(25), (b)(27), (b)(28), (b)(30), (b)(33)(i), (b)(42), (b)(49), (b)(56), (c)(2), (c)(3), (c)(8), and (c)(9). (c)(3) 52.222-42 Statement of Equivalent Rates for Federal Hires (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67) The wage determination provided is for the St. Louis, Missouri area, but will be amended to the local area of the winning bidder upon issuance of the award. End of Addenda End of Document 36C78619Q0372 Page 1 of 1 Page 10 of 35 Page 1 of 1 SECTION B - CONTINUATION OF SF 1449 BLOCKS B.1 CONTRACT ADMINISTRATION DATA 1. Contract Administration: All contract administration matters will be handled by the following individuals: a. CONTRACTOR: b. GOVERNMENT: Contracting Officer 36C786 Department of Veterans Affairs National Cemetery Administration Contracting Services 75 Barrett Heights Road, Suite 309 Stafford VA 22556 2. CONTRACTOR REMITTANCE ADDRESS: All payments by the Government to the contractor will be made in accordance with: [] 52.232-33, Payment by Electronic Funds Transfer System For Award Management, or [] 52.232-36, Payment by Third Party 3. INVOICES: Invoices shall be submitted in arrears: a. Quarterly [] b. Semi-Annually [] c. Other [] 4. GOVERNMENT INVOICE ADDRESS: All Invoices from the contractor shall be submitted electronically in accordance with VAAR Clause 852.232-72 Electronic Submission of Payment Requests. http://www.tungsten-network.com/customer -campaigns/veterans-affairs/ ACKNOWLEDGMENT OF AMENDMENTS: The offeror acknowledges receipt of amendments to the Solicitation numbered and dated as follows: AMENDMENT NO DATE Page 11 of 35 PERFORMANCE WORK STATEMENT NCA NATIONAL TRAINING CENTER ST. LOUIS MO 63125 CEMETERY ADMINISTRATOR (1630) CERTIFICATION PROGRAM Page 20 of 12 PWS 1630 Certification Program Page 20 of 35 PWS FOR 1630 CERTIFICATION PROGRAM DESCRIPTION OF SERVICES. The contractor shall provide all personnel, supervision, and other items and services necessary to create a Cemetery Administrator (1630) Occupational Certification model that will validate that Cemetery Administrators possess the NCA validated competencies and appropriate proficiency level for their grade (appendix A) that can be implanted in TMS for the NCA National Training Center (NTC) located in St. Louis, MO. NCA CERTIFICATION PROGRAM DEVELOPMENT Create a Cemetery Administrator (1630) Occupational Certification model that will validate that Cemetery Administrators possess the NCA validated competencies and appropriate proficiency level for their grade (appendix A) that can be implanted in TMS. Implement all requested changes and produce a Monthly Status Report on design and implementation of program. Create an NCA 1630 Certification Model User Guide for TMS. Create a self-paced NCA Certification online Orientation to be hosted in TMS. Create Certification Metrics. Create and validate a Testing Out option at each competency based on existing training at the five proficiency levels and provide detailed instructions for a VA TMS Administrator to implement in TMS. Convert provided proficiencies (appendix A) to a suitable format to be loaded into the TMS or similar system. The content must be developed to use a current content communication standard (AICC, SCORM 1.2, or SCORM 2004). The content must be suitable for hosting by VA s current content hosting solution. All content must be ready to be tested and validated from the hosting source prior to contract completion. Submit detailed instructions for a VA TMS Administrator to load the competencies and proficiencies to the TMS. Create a report that maps competencies at specific proficiency levels (appendix A) to applicable learning activities, training, and hands-on experiences (applicable training must be approved by NCA). The report must contain detailed instructions for a TMS Administrator to process the course mappings in TMS. Create or Utilize technical scenarios for proficiency testing as needed by NCA. Create NCA repository of approved technical scenarios. NCA CERTIFICATION PROGRAM TRAINING SUPPORT Create a consolidated training plan for the competency modeling for each level. Create NCA Competency Orientation brief. Create an individual self-paced Cemetery Administrator (1630) Occupational Certification model that will validate that Cemetery Administrators possess the NCA validated competencies and appropriate proficiency level for their grade (appendix A) that can be implanted in TMS. Develop an NCA Certification Marketing and Communication Plan. Implement/track the NCA Marketing and Communications Plan using a Communications Matrix within the Marketing and Communications Plan. Develop NCA-Specific TMS reports to track learner certification progress and status. Develop custom NCA-specific TMS reports to track competency assessment progress for learners. Performance Deliverable PWS Para Performance Standard Acceptable Quality Level (AQL) NCA Certification Model through all levels 1.1.1 Implemented in the VA Learning Management System (TMS) or like Include self and supervisory assessments, Mapped to associated learning content, training, and experience topics, Reference materials. NCA TMS modification report 1.1.2 Monthly report on NCA requested modifications to the learning management system related to the certification program within scope of this PWS. Monthly report created and sent to COR and PM on the last day of each month. NCA Certification Handbook 1.1.3 Create a user-friendly Handbook on how to use the Certification Program and associated materials Feedback on draft user guide must be 4.3 on a 5-point scale. NCA Certification Metrics 1.1.4 Quantifiable measures used to track and assess the status of certification completion Time spent on each activity Time to complete the course Course completion rates Learner drop-off rates Learner behavior change Reports and surveys that will accurately pull data and support ongoing training measurement Create and Validate Competency testing 1.1.5 Certification Program Pre- and Post-tests for each level Competency test to allow for testing out at each level. Validation results through internal and external testing NCA Training Plan 1.2.1 Training Plan can include, but not be limited to the following: Include topics, knowledge and skills learner needs. Purpose of certification program. Scope of Certification program. Points of Contact Training Approach Training Requirements Roles and Responsibilities Techniques and Tools Curriculum Evaluation Metrics Content approved by NCA SMEs NCA Orientation Brief 1.2.2 To be utilized for Orientation Sessions for the training effort. Should include but not be limited to: learner expectations, program requirements Content approved by NCA SMEs Self-Paced Orientation 1.2.3 Hosted in TMS Should include but not be limited to: purpose of this program investment time learner buy-in and commitment completion requirements Test Out options Testing/Evaluation Requirements Technology requirements Content approved by NCA SMEs Certification Marketing/ Communication Plan 1.2.4 Should include but not be limited to: actualize what market needs the program is meeting overview of your NCA and program goals NCA Mission/Vision Statement How certification program ties to NCA Long Range Plan Certification completion mark/recognition Sample completion certificate Video Communications Matrix tracker Content approved by NCA SMEs GOVERNMENT FURNISHED PROPERTY AND SERVICES. The NCA will provide the vendor an agency approved Cemetery Administrator (1630) Competency Matrix - Competencies and Objective Proficiency Levels that includes competency definitions (Appendix A). The NCA will provide Subject Matter Experts to provide feedback and approval on documents to include Cemetery Director Intern Program Manager, Deputy Director of Training, Director of Training and others as identified by NCA. GENERAL INFORMATION BACKGROUND. The National Cemetery Administration s history dates back to the Civil War when in 1862 Congress authorized President Lincoln to purchase grounds for use as national cemeteries. Fourteen were established that year. Previously soldiers were buried where they fell. Today, the National Cemetery Administration manages 136 national cemeteries, one national Veterans burial ground, 33 soldiers lots and monument sites in 40 states and Puerto Rico; and the state and tribal Veterans cemetery program. Our mission--The National Cemetery Administration (NCA) honors Veterans and their families with final resting places in national shrines and lasting tributes that commemorate their service and sacrifice to our Nation. Our vision--To be the model of excellence for burial and memorial benefits for our Nation s Veterans and their families. Every three (3) years NCA participates in the American Customer Satisfaction Index (ACSI). ACSI is the only national cross-industry measure of customer satisfaction in the United States. It s an important customer satisfaction indicator. Upon completion of the 2016 survey, NCA, for the 6th time, attained the highest score of any participating entity, public or private on the index. Higher than Google, higher than FedEx, higher than Lexus. Customer Satisfaction is the culture at NCA. A huge part of our success is our Cemetery Directors (Cemetery Administrators) which hold the occupational series 1630. This series covers the positions that manage, supervise, lead, or perform administrative work that involves the operation or maintenance of one or more Federal cemeteries. The work requires broad administrative knowledge of the operation and maintenance requirements of cemeteries. Cemetery Administrators are General Service (GS) Federal Employees and range in grade from 11 to Senior Executive Service (SES). PERIOD OF PERFORMANCE. The period of performance shall be for one (1) Base Year of 12 months and an additional 6 months of validation, learner certification registry for a total of 18 months. QUALITY CONTROL. The contractor shall develop and maintain an effective quality control program (QCP) to ensure services are performed in accordance with this PWS. The contractor s quality control program is the means by which the vendor assures that the work complies with the requirement of the contract. The QCP is to be delivered with the contractor s proposal. Copies of a comprehensive written QCP shall be submitted to the CO and COR within 5 working days when changes are made thereafter. After acceptance of the quality control plan the contractor shall receive the contracting officer s acceptance in writing of any proposed change to the QC system. QUALITY ASSURANCE. The government will periodically evaluate the contractor s performance in accordance with the Quality Control Plan. GOVERNMENT REMEDIES. The contracting officer shall follow FAR 52.212.4, Contract Terms and Conditions-Commercial Items, for contractor s failure to perform satisfactory services or failure to correct non-conforming services. HOURS OF OPERATION. The NCA National Training Center operates from 8:00 AM 4:00 PM cst. The contractor is responsible for conducting business with NCA personnel between the hours of operation. POST AWARD CONFERENCE/PERIODIC PROGRESS MEETINGS: The Contractor agrees to attend any post award conference convened by the COR or contract administration office in accordance with Federal Acquisition Regulation Subpart 42.5. The Contracting Officer, Contracting Officers Representative (COR), and other Government personnel, as appropriate, may meet periodically with the contractor to review the contractor's performance. At these meetings the contracting officer will apprise the contractor of how the government views the contractor's performance and the contractor will apprise the Government of problems, if any, being experienced. Appropriate action shall be taken to resolve outstanding issues. These meetings shall be at no additional cost to the government. The meetings will be via teleconference. 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 designs and specifications: monitor Contractor's performance and notifies both the Contracting Officer of any deficiencies. A letter of designation issued to the COR, a copy of which is sent to the Contractor, 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 Purchase order. DATA RIGHTS: 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 may 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. DELIVERABLES SCHEDULE ITEM DELIVERABLE ESTIMATED TIME FRAME/FREQUENCY (From Contract Award) 1 Create a certification model based on NCA validated competencies and proficiency levels (appendix A) that can be implemented in TMS. Within six months of award. 2 Implement all requested changes and produce a Monthly Status Report on design and implementation of program. On the last day of every month after award. 3 Create a NCA 1630 Certification Program Model User Guide for TMS. Within eight months of award. 4 Create Certification Metrics. Within six months of award. 5 Create and validate a Testing Out option at each competency at the five proficiency levels and provide detailed instructions for a VA TMS Administrator to implement in TMS. Within nine months of award. 6 Submit detailed instructions for a VA TMS Administrator to load the competencies and proficiencies to the TMS. Within 9 months of award. 7 Create a report that maps competencies at specific proficiency levels (appendix A) to applicable learning activities, training, and hands-on experiences (applicable training must be approved by NCA). The report must contain detailed instructions for a TMS Administrator to process the course mappings in TMS. Within 10 months of award. 8 Create or Utilize technical scenarios for proficiency testing as needed by NCA. Start development within 45 days of award. 9 Create NCA repository of approved technical scenarios. Within six months of award. 10 Create a consolidated training plan for the competency modeling for each level. Within nine months of award. 11 Create NCA Competency Orientation brief. Within 10 months of award. 12 Create a NCA 1630 Certification Program User Guide (PDF) to be hosted in TMS. Within 8 months of award. 13 Develop an NCA Certification Marketing and Communication Plan. Within 10 months of award. 14 Implement/track the NCA Marketing and Communications Plan using a Communications Matrix within the Marketing and Communications Plan Within 10 months of award. 15 Develop NCA-specific TMS reports to track learner certification progress and status. 12 months after award. 16 Develop custom NCA-specific TMS reports to track competency assessment progress for learners. 12 months after award. APPENDICES. NCA validated competencies and proficiency levels Page 25 of 35 Objective Proficiency Level at Full Performance of the Grade (1-5) Competency Definitions GS 9 GS 11 GS 12 GS 13 GS 14 GS 15 SES Leadership Competencies Leadership/Influence 3 3 3 4 5 5 5 Uses positive leadership and influence strategies to set high standards for self and others, continuously improve self and surroundings, demonstrates accountability to and for the organization, and ensures the long-term viability of NCA. Trust/Integrity 5 5 5 5 5 5 5 Behaves ethically and professionally in a way that outwardly demonstrates commitment to NCA s mission and values. Organizational Culture 2 2 3 4 4 5 5 Understands, commits to, and advocates for the mission, vision, and goals of NCA. Communications (oral and written) 3 3 4 4 5 5 5 Uses clear listening, speaking, and writing skills to engage in honest, open dialogue at all levels of the organization and its surrounding community, to promote the success of employees, and to sustain the mission of NCA Coaching 3 3 4 4 5 5 5 Encourages, guides and motivates individuals and teams to foster continuous learning and development and to improve organizational performance Stress Tolerance and Adaptability 3 3 4 4 5 5 5 Deals effectively with pressure; remains optimistic and persistent, even under adversity. Recovers quickly from setbacks. Results Driven 3 3 3 4 4 5 5 Sets specific, measurable improvement goals and match resources, tools, and action plans to the requirements of accomplishing success. Problem Solving and Decision Making 3 3 4 4 5 5 5 Able to make timely and effective decisions and produce results. Team Building 2 3 3 4 4 4 4 Able to build and manage a collaborative work environment that encourages participation at all levels of the organization and within the community-at-large. Strategic Thinking 2 3 3 4 5 5 5 Formulates effective strategies consistent with the business and competitive strategy of the organization in a global economy. Examines policy issues and strategic planning with a long-term perspective. Determines objectives and sets priorities; anticipates potential threats or opportunities. Business Acumen 3 3 3 4 4 5 5 Able to acquire and administer human, financial, material, and information resources in a manner which accomplishes the organization s mission. Innovation and Process Improvement 3 3 4 4 5 5 5 Strategically improves the quality of the organization through continuous process improvement, to promote the success of NCA and to advance the organizational mission based on knowledge of the organization, its environment, and future trends. Change Management 2 3 4 4 4 5 5 Able to maintain balance in the face of ambiguity, rapid pace, and changing business conditions and to deal with the concerns of the organization and the people in it, including oneself. Leveraging Diversity 3 4 4 4 4 5 5 Appreciates and leverages the unique contributions of persons of varied backgrounds in order to advance the mission of the organization and to provide a high level of service to veterans and their families. Building Coalitions 3 3 3 4 4 5 5 Develops and maintains responsive, cooperative, mutually beneficial, and ethical internal and external relationships that and sustain the mission of NCA. Customer Service 4 4 4 4 5 5 5 Positions the organization for future success by identifying new opportunities; builds the organization by developing or improving products or services. Takes calculated risks to accomplish organizational objectives. Objective Proficiency Level at Full Performance of the Grade (1-5) Competency Definitions GS 9 GS 11 GS 12 GS 13 GS 14 GS 15 SES Functional Competencies Eligibility 3 3 4 4 5 5 5 Oversees and administers the eligibility process at their national cemetery in accordance with applicable policies and procedures. Interments 3 3 4 4 5 5 5 Successfully oversees and administers the interment process at their national cemetery according to established standards and applicable policies. Committal Services 3 3 4 4 5 5 5 Successfully oversees and administers committal services at their national cemetery according to established standards and applicable policies. Headstones and Markers 3 4 4 4 4 4 4 Successfully oversees and administers the installation and maintenance of headstones and markers at their national cemetery according to established standards and applicable policies. Grounds Maintenance 3 4 4 4 4 4 3 Oversees and administers the grounds maintenance processes at their national cemetery according to established standards and applicable policies. Safety/OWCP 3 4 4 4 4 4 4 Maintain a safe work environment at their national cemetery and assists with the administration of the Workers Compensation Program according to established standards and applicable policies. Facilities/Equipment Maintenance 3 4 4 4 4 4 3 Maintains all facilities and equipment at their national cemetery according to established standards and applicable policies. Emergency Preparedness 3 4 4 4 5 5 5 Implements and maintains a comprehensive emergency preparedness plan at their national cemetery according to established standards and Budget and Procurement 3 4 4 4 5 5 5 Maintains the annual operating budget according to established standards and applicable policies and manages the procurement and contracting function at their national cemetery. Human Resources 3 4 4 4 5 5 5 Manages the human capital at their national cemetery through classification, recruitment, development, performance management, Employee/Labor Relations, and all other aspects of Human Resource Management in partnership with HR professionals within NCA. Program Support 2 4 4 4 4 4 4 Ability identify resources (staff/funding/equipment, or facilities) required to support varied levels of program operations. Implement Corrective Actions 2 3 4 4 5 5 5 Ability to review administrative audit and investigative reports to determine appropriate changes or corrective action required Internal Controls 3 3 4 4 5 5 5 Knowledge of the principles, methods, and techniques for establishing internal control activities (for example, authorizations, verifications, reconciliations), monitoring their use, and evaluating their performance (for example, identification of material weaknesses or significant deficiencies). Quality Management 3 3 4 5 5 5 5 Knowledge of the principles, methods, and tools of quality assurance, quality control, and reliability used to ensure that a project, system, or product fulfills requirements and standards. Strategic Communications 2 3 3 4 5 5 5 Formulates and delivers written and verbal messages consistent with and informing the strategic plans of the organization. Understands and engages key audiences to create, strengthen, or preserve conditions favorable for the advancement of VA and NCA interests VA Benefits and Administration Functions 3 3 3 4 5 5 5 Knowledge of the all benefits available to Veterans and Families, and how to access them. Understanding of VA operations and structure. Governmental Relations 2 3 3 4 5 5 5 Ability to interact with and develop relationships with elected officials and staff at the local, state, and national level as appropriate. Local Community Relations 3 3 3 4 4 5 5 Develops relationships with local community organizations and individuals and leverages these relationships to mutually enhance the cemetery and the community. Page 30 of 35 Proficiency Level Proficiency Level Definition Proficiency Level Illustrations Level 1 Novice Applies the competency in the simplest situations Recognizes creativity in work unit Requires close and extensive guidance Considers innovative ideas generated by others Level 2 Basic Applies the competency in somewhat difficult situations Creates a new quality control system to monitor unit processes Requires frequent guidance Uses cutting-edge ideas to develop business unit services Works with coworkers to coordinate a project using a creative process Level 3 Intermediate Applies the competency in difficult situations Creates a system to redistribute work across units during unexpected situations Requires occasional guidance Solicits feedback from team members in the creation of new agency initiatives and services Displays creativity by deviating from traditional methods in developing new procedures Reevaluates current procedures and suggests improvements to ensure an effective, streamlined process Level 4 Advanced Applies the competency in considerably difficult situations Creates new methods for planning, designing, and carrying out program objectives Generally requires little or no guidance Organizes and leads cross-divisional work group in developing creative solutions to address problems Creates new units to streamline functions based on work flow analysis Level 5 Expert Applies the competency in exceptionally difficult situations Devises new methods, procedures, and approaches having agency-wide impact Anticipates a demographic change in society and establishes a vision to effect change through formulation and implementation of objectives and priorities Serves as a key resource and advises others Develops new performance management system aligned with agency vision to measure staff performance Develops, introduces, defends, and gains support for a new approach impacting the budget process agency-wide 1630 Competency Matrix Level Definitions B.2 PRICE/COST SCHEDULE ITEM INFORMATION ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 1.00 JB __________________ __________________ Create a certification model based on NCA validated competencies and proficiency levels (appendix A) that can be implemented in TMS. 0002 12.00 JB __________________ __________________ Implement all requested changes and produce a monthly status report on design and implementation of program. Complete on last day of each month after award. 0003 1.00 JB __________________ __________________ Create a NCA 1630 Certification Program User Guide (PDF) to be hosted in TMS. Complete within eight months of award. 0004 1.00 JB __________________ __________________ Create Certification Metrics. To be completed within six months of award. 0005 1.00 JB __________________ __________________ Create and validate a Testing Out option at each competency at the five proficiency levels and provide detailed instructions for a VA TMS Administrator to implement in TMS. 0006 1.00 JB __________________ __________________ Create detailed instructions for a VA TMS Administrator to load the competencies and proficiencies to the TMS. Complete within 9 months of award. 0007 1.00 JB __________________ __________________ Create a report that maps competencies at specific proficiency levels to applicable learning activities, training, and hands-on experiences (applicable training must be approved by NCA). The report must contain detailed instructions for a TMS Administrator to process the course mappings in TMS. Complete within ten months of award. 0008 1.00 JB __________________ __________________ Create or Utilize technical scenarios for proficiency testing as needed by NCA. Start development within 45 days of award. Complete within 6 months of award. 0009 1.00 JB __________________ __________________ Create NCA repository of approved technical scenarios. Complete within six months of award. 0010 1.00 JB __________________ __________________ Create a consolidated training plan for the competency modeling at each level. Complete within 9 months of award. 0011 1.00 JB __________________ __________________ Create NCA Competency Orientation Brief. Complete within 10 months of award. 0012 1.00 JB __________________ __________________ Create a self-paced NCA Certification Orientation online course to be hosted in TMS. Complete within 10 months of award. 0013 1.00 JB __________________ __________________ Develop an NCA Certification Marketing and Communication Plan. Complete within 10 months of award. 0014 1.00 JB __________________ __________________ Implement/track the NCA Marketing and Communications Plan using a Communications Matrix within the Marketing and Communication Plan. Complete within 10 months of award. 0015 1.00 JB __________________ __________________ Develop NCA-specific TMS reports to track learner certification progress and status. Complete within 12 months of award. 0016 1.00 JB __________________ __________________ Develop custom NCA-specific TMS reports to track competency assessment progress for learners. Complete within 12 months of award. GRAND TOTAL __________________ B.3 DELIVERY SCHEDULE ITEM NUMBER QUANTITY DELIVERY DATE 0001 1.00 0002 12.00 0003 1.00 0004 1.00 0005 1.00 0006 1.00 0007 1.00 0008 1.00 0009 1.00 0010 1.00 0011 1.00 0012 1.00 0013 1.00 0014 1.00 0015 1.00 0016 1.00 36C78619Q0372 Page 1 of 1 Page 33 of 35 Page 1 of 1 SECTION C - CONTRACT CLAUSES C.1 FSS RFQ INTRODUCTORY LANGUAGE The terms and conditions of the contractor's FSS contract (including any contract modifications) apply to all Blanket Purchase Agreements (BPA) and task or delivery orders issued under the contract as a result of this RFQ. When a lower price has been established, or when the delivery terms, FOB terms, or ordering requirements have been modified by the BPA or task/delivery order, those modified terms will apply to all purchases made pursuant to it and take precedence over the FSS contract. Any unique terms and conditions of a BPA or order issued under the contract that are not a part of the applicable FSS contract will govern. In the event of an inconsistency between the terms and conditions of a BPA or task/delivery order and the Contractor's FSS terms, other than those identified above, the terms of the FSS contract will take precedence. C.2 VAAR 852.219-10 VA NOTICE OF TOTAL SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS SET-ASIDE (JUL 2016)(DEVIATION) (a) Definition. For the Department of Veterans Affairs, Service-disabled veteran-owned small business concern or SDVSOB : (1) Means a small business concern: (i) Not less than 51 percent of which is owned by one or more service-disabled veterans or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more service-disabled veterans or eligible surviving spouses (see VAAR 802.201 Surviving Spouse definition); (ii) The management and daily business operations of which are controlled by one or more service-disabled veterans (or eligible surviving spouses) or, in the case of a service-disabled veteran with permanent and severe disability, the spouse or permanent caregiver of such veteran; (iii) The business meets Federal small business size standards for the applicable North American Industry Classification System (NAICS) code identified in the solicitation document; (iv) The business has been verified for ownership and control pursuant to 38 CFR 74 and is so listed in the Vendor Information Pages database, (https://www.vip.vetbiz.gov); and (v) The business will comply with subcontracting limitations in 13 CFR 125.6, as applicable (2) Service-disabled veteran means a veteran, as defined in 38 U.S.C. 101(2), with a disability that is service-connected, as defined in 38 U.S.C. 101(16). (b) General. (1) Offers are solicited only from verified service-disabled veteran-owned small business concerns. Offers received from concerns that are not verified service-disabled veteran-owned small business concerns shall not be considered. (2) Any award resulting from this solicitation shall be made to a verified service-disabled veteran-owned small business concern. (c) Agreement. A service-disabled veteran-owned small business concern agrees that in the performance of the contract, the concern will comply with the limitation on subcontracting requirements in 13 CFR §125.6. (d) A joint venture may be considered a service-disabled veteran owned small business concern if the joint venture complies with the requirements in 13 CFR 125.15, provided that any reference therein to SDVO SBC is to be construed to apply to a VA verified SDVOSB as appropriate. (e) Any service-disabled veteran-owned small business concern (non-manufacturer) must meet the requirements in FAR 19.102(f) of the Federal Acquisition Regulation to receive a benefit under this program. (End of Clause) C.3 VAAR 852.219-11 VA NOTICE OF TOTAL VETERAN-OWNED SMALL BUSINESS SET-ASIDE (JUL 2016)(DEVIATION) (a) Definition. For the Department of Veterans Affairs, Veteran-owned small business or VOSB. (1) Means a small business concern (i) Not less than 51 percent of which is owned by one or more veterans or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more veterans; (ii) The management and daily business operations of which are controlled by one or more veterans; (iii) The business meets Federal small business size standards for the applicable North American Industry Classification System (NAICS) code identified in the solicitation document; (iv) The business has been verified for ownership and control pursuant to 38 CFR 74 and is so listed in the Vendor Information Pages database, (https://www.vip.vetbiz.gov): and (v) The business will comply with subcontracting limitations in 13 CFR 125.6, as applicable (2) Veteran is defined in 38 U.S.C. 101(2). (b) General. (1) Offers are solicited only from verified veteran-owned small business concerns. All service-disabled veteran-owned small businesses are also determined to be veteran-owned small businesses if they meet the criteria identified in paragraph (a)(1) of this section. Offers received from concerns that are not veteran-owned small business concerns shall not be considered. (2) Any award resulting from this solicitation shall be made to a verified veteran-owned small business concern. (c) Agreement. A veteran-owned small business concern agrees that in the performance of the contract, the concern will comply with the limitation on subcontracting requirements in 13 CFR §125.6. (d) A joint venture may be considered a veteran-owned small business concern if the joint venture complies with the requirements in 13 CFR 125.15, provided that any reference therein to SDVO SBC is to be construed to apply to a VA verified SDVOSB and/or VOSB as appropriate. (e) Any veteran-owned small business concern (non-manufacturer) must meet the requirements in 19.102(f) of the Federal Acquisition Regulation to receive a benefit under this program. (End of Clause) 36C78619Q0372 Page 1 of 1 Page 34 of 35 Page 1 of 1 FAR Number Title Date 852.270-1 REPRESENTATIVES OF CONTRACTING OFFICERS JAN 2008 SECTION D - CONTRACT DOCUMENTS, EXHIBITS, OR ATTACHMENTS 36C78619Q0372 Page 1 of 1 Page 35 of 35 Page 1 of 1 SECTION E - SOLICITATION PROVISIONS See attached document: St. Louis WD. End of Document NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (21-AUG-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/VA/VANCA/VANCA/36C78619Q0473/listing.html)
 
Record
SN05413454-F 20190823/190821230049 (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.