Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 30, 2020 SAM #6727
SOURCES SOUGHT

U -- RFI- Peak Performance

Notice Date
4/28/2020 12:05:19 PM
 
Notice Type
Sources Sought
 
NAICS
611430 — Professional and Management Development Training
 
Contracting Office
SAC FREDERICK (36C10X) FREDERICK MD 21703 USA
 
ZIP Code
21703
 
Solicitation Number
36C10X20Q0097
 
Response Due
5/18/2020 12:00:00 AM
 
Archive Date
06/17/2020
 
Point of Contact
Nathan.Bradley2@va.gov Jaime.Belletto1@va.gov
 
E-Mail Address
Nathan.Bradley2@va.gov
(Nathan.Bradley2@va.gov)
 
Awardee
null
 
Description
The Department of Veterans Affairs (VA) is issuing this RFI in accordance with FAR 15.201(e).� The agency does not intend to award a contract but rather gather information on capability, delivery, and other market information pertinent for acquisition planning. The result of this market research will contribute to determining the method of procurement and identify parties having an interest in, and the resources to support this requirement for the following: 1.0�� Overview The Government is interested in gaining knowledge of potential businesses that would be able to provide an on-site, non-clinical performance-based service geared towards helping disabled Veterans enter the civilian workforce. The program serves up to 60 Veterans per program cycle (Annually) and improves Veteran s ability to overcome physical, psychological, or emotional challenges using personal performance-enhancing skills and tools to include biometric feedback, individual coaching and group training in core areas such as time management, information management, self-management, personal qualities, interpersonal, cognitive and language skills. These training/coaching modalities enable Veterans to improve their emotional control and mental capacity and augments their readiness to work and overall wellbeing. Ultimately, the program eases Veteran transition from the military into a highly productive professional career in the civilian workforce. This program will enhance their readiness to matriculate into a rigorous certification program designed to provide the technical training leading to a professional career in the Federal Government. Objectives Desired VAAA W2W Performance Program Support Provide full-time Performance Trainers (Key Personnel) whose qualifications include: Experience working with military members or disabled Veterans. Demonstrated experience applying evidence-based practices and outcome metrics that suggest training efforts increase the success of Veterans with disabilities in career fields requiring high levels of critical thinking, data analysis, information synthesis, problem-solving, independent judgement, financial and business acumen, and self-management in high-stress environments. Hold advanced degrees in performance psychology and be certified by the Biofeedback Certification International Alliance (BCIA). Experience in curriculum development and delivery in both classroom and virtual environments. Experience conducting Veteran performance assessments, training needs analysis and evaluations to support continuous improvement. Experience reporting Veteran progress, gaps and milestones using various software/data management systems. � Technology and Equipment Use leading-edge biofeedback and neuroscience technologies with measurable data and provide on-site equipment and software required to deliver performance training as identified in this Statement of Objectives. Assessments and Analysis Provide the following assessments and/or analysis as it relates to the performance program: Conduct empirically based qualitative and quantitative analyses to measure individual performance progress. Provide monthly feedback to W2W Program Managers to include Progression Analysis, resulting in the capture of Veteran progression through the performance training program. Conduct data analysis to create progress assessments as requested by the VAAA. At a minimum, these will include a beginning, mid-program, and end-of-program analysis of group progress. Identify methods to quantify each Veteran s growth and development. Document the overall efficacy of the performance program through the evaluation of the program s aggregate data. Utilize evaluations or other assessments to document qualitative factors of Veteran s level of effort and engagement. Individualized Coaching Provide individualized coaching for goal setting, positive thinking, stress-energy management, and attention control through visualization, imagery, and interactive exercises. Individualized coaching should: Utilize leading-edge biofeedback and neuroscience technologies to improve Veteran performance. Conduct biofeedback baseline assessments for each Veteran at the start of each program cycle (once annually). Incorporate individualized one-on-one meetings/sessions with each Veteran on a recurring, bi-weekly basis. Utilize a measurable daily brain training software application to enhance learning capacity, such as overall comprehension and recall, to be conducted by each Veteran. Group Instruction Provide group instruction and develop curriculum designed to reinforce learning and understanding of interpersonal skills, stress management, teamwork, communication, and critical thinking, to include: Group instruction conducted during Multi-day orientation, focusing on initial stress evaluation and stress management to help Veterans acclimate to their new workplace environment. Monthly group instructions on various subjects relevant to the enhancement of performance. Administrative Meetings Attend the weekly meeting and provide input on the status of the Veteran s progress to the program management team and, if necessary, ad hoc updates to the Veteran s Program Managers on critical information impacting Veteran performance. �� Reports Provide the following reports to W2W Program Management: Provide a monthly schedule of appointment dates and times for individualized coaching sessions. Report the total time spent with each Veteran on a monthly basis. Maintain Veteran performance program records capturing historical performance and progression. Report any issues or concerns with Veteran performance with appropriate W2W Program Management staff. Constraints: Place of Performance:� The VA Acquisition Academy Internship School is located at 7485 New Horizon Way, Frederick, MD 21703. No travel shall be required during the performance. The predominant network operating system used in the organization is Microsoft Windows.� The Government will not be responsible for any relocation expenses associated with moving contractor personnel.� Security and Privacy Requirements:� Contractor personnel providing services under the contract shall be required to successfully pass various background investigations for the use of the VA network and access to the government facility. Instructions for background check to be given after Award. The Contractor shall comply with all Federal and VA security regulations and policies during performance. The contractor will not provide clinical counseling services but will be providing non-clinical coaching services which may lead to the receipt of highly personal intern information. Communications between the trainer(s) and interns not directly related to performance will fall under a confidentiality agreement. Hours of Contractor Operations:� Contractor personnel performing on this contract shall maintain a work schedule that coincides with the schedule of the VA Acquisition Academy Internship School.� Contractor personnel shall provide services on normal Federal Government workdays during the core hours of 8:00 a.m. to 4:30 p.m. Monday through Friday.� Services at VAAA shall not occur on Federal holidays or weekends unless authorized in advance by the COR. This is a SOURCES SOUGHT ANNOUNCEMENT ONLY.��It is neither a solicitation announcement nor a request for proposals or quotes and does not obligate the�Government to award a contract.�Requests for a solicitation will not receive a response.�This request for capabilities information does not constitute a request for proposals; submission of any information in response to this market survey is purely voluntary; the government assumes no financial responsibility for any costs incurred. Your responses may be shared with all stakeholders, thus the information received will not be considered proprietary. Responses to this Sources Sought must be in writing.�The purpose of this Sources Sought Announcement is for market research to make appropriate acquisition decisions and to gain knowledge of potential qualified Service Disabled Veteran Owned Small Businesses (SDVOSBs), Veteran Owned Small Businesses (VOSBs), and other Small Businesses interested and capable of providing items requested, as well as any large businesses. Responses to this notice shall include the following: (a) company name��(b) address (c) point of contact (d) phone, fax, and email (e) DUNS number (f) Cage Code� (g) Tax ID Number (h) Type of small business, (e.g. SDVOSB, VOSB, 8(a), HUB-Zone, Women Owned Small Business, or Small Disadvantaged Business), (i) GSA Contract # and SIN if applicable, and (j) must�provide a capability statement that addresses the organization s qualifications and ability�to perform as a contractor for the work described above. In addition to a capability statement, please provide a price estimate based on a program for 60 interns. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. The Government will in no way be bound to this information if any solicitation is issued.��Notice to Potential Offerors: All Offerors who provide goods or services to the United States Federal Government must be registered in the System Award Management (SAM located on the web at www.sam.gov). Additionally, all SDVOSBs and VOSBs who respond to a solicitation on this project must be registered with the Department of Veterans Affairs Center for Veterans Enterprise VetBiz Registry located at http://vip.vetbiz.gov.�To properly apply the VA Rule of Two IAW 38 USC 8127(d), Contracting Officers are required to verify that all SDVOSBs and VOSBs who are interested parties are VIP Verified during entire acquisition process. All interested Offerors should submit information no later than 1:00PM ET May 18th, 2020 to: Nathan Bradley Jaime Belletto Contracting Officer Contract Specialist Department of Veterans Affairs Department of Veterans Affairs SAC-Frederick SAC-Frederick Phone: 202-412-6433 Phone: 202-607-9452 nathan.bradley2@va.gov jaime.belletto1@va.gov All information submissions to be marked Attn: Nathan Bradley, Contracting Officer and Jaime Belletto Contract Specialist and should be received no later than 1:00 pm Eastern Time on Monday May 18th, 2020.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/cd31a7c6fb6b4c93896dd5cd1b6bb22b/view)
 
Place of Performance
Address: Veterans Affairs Acquisition Academy (VAAA);7485 New Horizon Way;Frederick, MD 21703, USA
Zip Code: 21703
Country: USA
 
Record
SN05638662-F 20200430/200428230150 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.