SOURCES SOUGHT
R -- Continuous Process Improvement and Innovation (CPI2) Executive Leadership Course Follow-on Contract
- Notice Date
- 5/1/2020 4:20:25 AM
- Notice Type
- Sources Sought
- NAICS
- 611430
— Professional and Management Development Training
- Contracting Office
- FA7014 AFDW PK ANDREWS AFB MD 20762-6604 USA
- ZIP Code
- 20762-6604
- Solicitation Number
- FA701420RCPI2
- Response Due
- 5/15/2020 1:30:00 PM
- Archive Date
- 05/30/2020
- Point of Contact
- Micah J. Gray II, Phone: 240-612-6193, Theresa Terry, Phone: 803-840-7713
- E-Mail Address
-
micah.gray.2.ctr@us.af.mil, theresa.l.terry.civ@mail.mil
(micah.gray.2.ctr@us.af.mil, theresa.l.terry.civ@mail.mil)
- Description
- ***The Government is seeking industry feedback, recommendations, and best practices during the market intelligence/market research�phase of this effort*** Title: Continuous Process Improvement and Innovation (CPI2) Executive Leadership Course ��������� Follow-on Contract Current Contract Number: FA701416D5002 (Single Award IDIQ, NAICS: 611430 PSC: R425) Current Contractor: �Institute For Defense and Business Current Contract Ceiling: $5.3M.� ������������� Estimated Ceiling for Follow-on: $5- 8M Contemplated Acquisition Strategy:�Single Award IDIQ Description: The purpose of this sources sought is to assist Headquarters Air Force District of Washington (AFDW), Joint Base Andrews, MD in determining the potential level of interest, adequacy of competition, and technical capabilities to provide support to Air Force (AF) CPI2 force development.� This effort supports AF CPI2 force development, transformation, improvement, innovation, and efficiency initiatives sponsored by the Air Force Deputy Chief Management Officer (DCMO) under Secretary of the Air Force (SAF), Office of Business Transformation (MG). �Due to the complexity of this requirement, few businesses may have the required resources to fulfill the entire requirement. Small and large businesses are encouraged to respond with capabilities in regards to the Instructions for Responses section below. This requested information/sources sought�will be used by the Government for market research/market intelligence purposes only and is not a Request for Proposal or a Request for Quote in that it will not be used to place an order with any vendor. This is for informational purposes only and the Government will not be obligated to award to ay interested vendors that present information in response to this RFI/ Sources Sought.� This information will assist in building the acquisition strategy and establish set asides (if any), small business goals, timelines, definitions, contract type, and scope of work.� Open dialogue is key to a successful acquisition.� Sought After Qualifications for Possible Upcoming Requirement: The Government is seeking tailored capability statements/information from firms/companies that have consulted for or advised and assisted, coached, or consulted Senior Executives, General Officers from large enterprise level entities or worked with federal agencies (specifically within the Department of Defense), Major Commands, Combatant Commands. Further, these firms would have experience in implementing and resolving medium to highly complex performance improvement initiatives on a global scale.� Specifically, each firm should have experience at the MAJCOM, Combatant Command, Air Force Enterprise, DoD level or Fortune 100 to 500 Companies�(global fortune 100 to 500�and human intensive businesses NOT asset focused) in: 1.���������� Providing executive coaching and assistance that effectively establish and maintain a ecosystem that enables a culture of continuous improvement in military readiness, lethality, and the supporting functions. Experience providing advisory and assistance that directly supports building a culture that improves operational effectiveness and a history of improving performance measures of an enterprise, and implementing cutting edge technologies, processes improvements, and innovations to make an agency more efficient, effective, and agile based on performance measures. 2.���������� Providing new industry best practices surrounding the areas of business performance transformation; Lean, Six Sigma, Agile, culture, cyber, Discovery, Design, Relevance, Feasibility, Sustainability, Impact (DDRFSI) and broader digital transformation. Experience in rapid application of innovation, problem solving, critical thinking, change management, and strategic planning across enterprise level organizations. This includes the ability to respond to crisis, provide facilitation support, and enable enterprise-wide reform. The Department of the Air Force has over 550,000+ employees which include active, guard, reserve, civilians, and an untold number of contract support. 3.���������� Providing continuous process improvement and innovation (CP2I) support through strategic communication, innovation, leadership and process modeling, and enterprise architecture. Experience in the ability to create and sustain data driven decision making though data modeling, data analytics, and data governance which will result in enterprise risk management and knowledge management improvement. Requested Information (all information request is optional) In addition to providing a tailored capabilities statement and up to three (3) experience examples, interested vendors are asked to submit the following information: Vendor Info Requested 1. �Name of Business 2. DUNS and Cage Code 3. Business Type: SB/Large and socio-economic status (if applicable) 4. POC/Phone number/Email � Small Business Subcontracting opportunities: Given the scope provided, as written; can your company perform this requirement as the Prime, a Subcontractor or a Joint Business Venture (Teaming Arrangement)? What Section(s)/Percentage of the provided scope can your company perform as the Prime, Subcontractor or a Teaming Arrangement? Does your company have recent and relevant Past Performance Information (PPI) to confirm your experience as a Prime, a Subcontractor or Joint Business Venture performing the required services in the provided scope? What is the Size of your company (to include socio-economic status), given the designated NAICS? Does your company anticipate any Subcontracting opportunities in the performance of this requirement? Supporting Documentation (optional but preferred) Provide up to three (3) examples of supporting Fortune 100 to 500 companies (CEO�s/upper management) and/or DoD (any branch) and/or Federal Senior Leadership (including MAJCOM or Combatant Command level) executive leadership training courses (enterprise impact, not staff augmentation). Provide one example program oversight experience for IDIQ contracts for similar scope and complexity valued between $5-8 Million Provide one example of experience facilitating executive leadership training courses Provide listing of current industry practices surrounding facilitation and delivery of executive leadership training courses Questions to Industry What experience does your company have developing innovators across an innovation model like Discovery, Design, Relevance, Feasibility, Sustainability, and Impact? What key factors differentiate your company�s innovation, Lean and Six Sigma development course from others? What innovative learning techniques your company have employed, to what level of leader and what did you learn? What experience do your company instructors have implementing innovation, Lean, Six Sigma across various industries and leadership level? How current is your company instructor�s innovation, Lean, and Six Sigma experience? What do your company innovation, Lean, and Six Sigma course deliver in terms of outcomes?� What experience do your company have developing Lean and Six Sigma practitioners across various models like the 8 step? How many innovation, Lean, and Six Sigma leadership courses do your company currently offer and who is the target audience? What industry innovation, Lean, or Six Sigma certifications do your company instructors currently have? What experience do your company have developing executive leaders in terms of size of enterprise, level of enterprise leader, and industry? What courses do your company deliver to effect current continuous process improvement, innovation, digital transformation, master (Best) process library, and tools to develop and support an ecosystem to more effectively and efficiently achieve outcomes? What experience training and developing military or federal government leaders do your company instructors have? How much experience do your company have developing specialized course content? Give an example of how your company leverage industry or Federal Government examples, tours, simulations, or guest speakers in lessons to reinforce or deliver learning objectives. Any recommendations for current industry executive leadership training not listed, contract type, acquisition strategy, evaluation criteria, small business participation, teaming arrangements, etc. Provide your companies Dun & Bradstreet overview information showing your company has the resources (capital) to staff and manage a contract valued between $5-8M. Note: Please DO NOT provide generic capability statements; they will be deleted. The Government is seeking well defined responses with supporting documentation to assist with developing the acquisition strategy. All responses must be submitted via email to the contacts identified below. ***All information provided is optional; however, it will be used to assisting the Government in determining its acquisition strategy.� Do not include proprietary or classified information*** Contact Info: Responses to this announcement shall be�by e-mail only, no later than 15 May 2020 to micah.gray.2.ctr@af.us.mil and theresa.l.terry.civ@mail.mil�. All responses from prospective offerors should include the return e-mail address, firm name, mailing address, telephone number and point of contact within the body of the response.� Responses are limited to 20 pages, single-sided, and Times New Roman 10 point font.� Graphs/charts are ok.� Elaborate brochures with standard information are not desired or required.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/bf5b4fdc0e054c2da8c5360a79ed6043/view)
- Place of Performance
- Address: JB Andrews, MD 20762, USA
- Zip Code: 20762
- Country: USA
- Zip Code: 20762
- Record
- SN05643361-F 20200503/200501230145 (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 |