SOLICITATION NOTICE
R -- Leadership Coaching Services
- Notice Date
- 1/30/2023 10:04:47 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 611430
— Professional and Management Development Training
- Contracting Office
- RPO EAST (36C24E) PITTSBURGH PA 15212 USA
- ZIP Code
- 15212
- Solicitation Number
- 36C24E23Q0069
- Response Due
- 2/6/2023 8:59:00 AM
- Archive Date
- 04/07/2023
- Point of Contact
- Ms. Millicent Covert, Contracting Officer, Phone: (412) 822-3488
- E-Mail Address
-
millicent.covert@va.gov
(millicent.covert@va.gov)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- Awardee
- null
- Description
- Combined Synopsis/Solicitation Notice DESCRIPTION: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested, and a written solicitation document is attached. This solicitation is issued as an RFQ. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-92 STATEMENT OF NEED: The essential requirement is for the contractor to provide Leadership coaching services remotely (online) to the VA Salt Lake City Research Department. These services are needed for a base period (1 year) with 4 option periods (each 1 year). The contract period of performance is a base year effective date of award, plus 4 one-year option periods. REQUIREMENTS: Contractor to provide one-on-one professional work coaching for five personnel per month. For each POP (12 months), this will consist of one-on-one training for 5 different individuals. Contractor to provide one group session of up to 20 people once per month. Group session shall last between 90-120 minutes. Contractor to perform coaching sessions in person or over the internet using Zoom, Teams, or similar technology. Contractor shall not have access to VA network (outside of normal Zoom/Teams/similar connections). Contractor shall not request or have access VA sensitive information and will inform participants if it appears they are trying to share such information. Monthly and individual 1:1 session coaching calls (1 hour or longer) shall be conducted via Zoom. Services that shall be included with no extra charges to the VA: On demand coaching- accessed through a personalized portal for a 15-minute interaction Monthly touchpoint call with senior leaders, including group packages Quarterly, onsite, full day leadership session provided Facilitated task force calls Contractor to be certified instructor in leadership training and curriculum. This certification shall be provided the to the Department of Veterans Affairs upon submission of quote. Contractor must be able to provide in-person coaching services (if needed). COR must provide the contractor with 30 days written notice (email) of the need for in-person coaching services. The VA shall pay for all travel expenses (transportation, lodging, meals); COR shall obtain pre-approval from Salt Lake City VAMC R&D Chief to pay for these additional costs via VA Purchase Card (outside of this contract vehicle). SET ASIDE: This requirement will be made using a cascading set-aside under the associated NAICS code 611430 with a small business size standard of $12M. Set Aside Cascading set-aside procedures. Any award resulting from this solicitation will be made using a cascading set-aside order of precedence as follows: 1. In accordance with FAR Subpart 19.1405 and VAAR Subpart 819.7005, any award under this solicitation will be made on a competitive basis first to an eligible Service Disabled Veteran Owned small business [SDVOSB] concern provided that the conditions of 38 U.S.C. 8127(d) are met (the VA Rule of Two) whereby the Contracting Officer receives adequate competition of two or more small business concerns owned and controlled by Veterans, and that the award can be made at a fair and reasonable price that offers the best value to the United States. 2. If there is inadequate competition for award to an SDVOSB concern, the SDVOSB set-aside shall be withdrawn and cascaded to the next contracting order of priority in accordance with VAAR 819.7004, which is Veteran Owned Small Businesses (VOSB) and conducted in accordance with the procedures set forth in VAAR 819.7006 provided that the conditions of 38 U.S.C. 8127(d) are met (the VA Rule of Two) whereby the Contracting Officer receives adequate competition of two or more small business concerns owned and controlled by Veterans, and that the award can be made at a fair and reasonable price that offers the best value to the United States. 3. If there continues to be inadequate competition between SDVOSB and VOSB concerns, the cascading will continue through the contracting order of priority in accordance with VAAR 819.7004 and FAR 19.203. If the contracting officer determines that offers from small business concerns do not meet the solicitation requirements in terms of technical acceptability, past performance, and fair market price, the small business set-aside[s] will be withdrawn and award will be made on the basis of full and open competition. Adequate competition: Adequate competition shall be deemed to exist if At least two competitive offers are received from qualified, responsible business concerns at the set-aside tier under consideration; and Award could be made at fair market price as determined in accordance with FAR 19.202-6. The VA contracting officer reserves the right to consider competitive quotes submitted from all responsible offerors (including large businesses) in determining the fair market price. The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following solicitation provisions apply to this acquisition: 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (NOV 2021) 52.216-1 TYPE OF CONTRACT (APR 1984) 52.233-2 SERVICE OF PROTEST (SEP 2006) Adequate competition shall be deemed to exist if At least two competitive offers are received from qualified, responsible business concerns at the set-aside tier under consideration; and Award could be made at fair market price as determined in accordance with FAR 19.202-6. The VA contracting officer reserves the right to consider competitive quotes submitted from all responsible offerors (including large businesses) in determining the fair market price. The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following solicitation provisions apply to this acquisition: 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (NOV 2021) 52.216-1 TYPE OF CONTRACT (APR 1984) 52.233-2 SERVICE OF PROTEST (SEP 2006) Instructions to the Offeror Award will be in accordance with FAR 13.106-2 to the lowest priced quotations that meets the requirements described in this notice. Options will be evaluated upon award. ALL QUOTERS MUST SUBMIT THE FOLLOWING TO BE CONSIDERED FOR AWARD: SIGNED & COMPLETED RFQ DOCUMENT ATTACHED SECTIONS 17a with SAM Unique Entity ID# Signature: Sections 30a-c COMPLETE PRICING SCHEDULE ON PAGE 12 OF ATTACHED RFQ Submission of your response shall be received no later than 02/06/2023 at 11:59 AM EST at millicent.covert@va.gov Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). [Note to CO: This provision is in Attachment 3 Instructions to Quoters.] Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Point of Contact listed below. Point of Contact Contracting Officer: Ms. Millicent Covert, millicent.covert@va.gov
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/a3f47d51adfd410e9850d222973d0d37/view)
- Place of Performance
- Address: VA Salt Lake Health Care System 500 Foothill Blvd, Salt Lake City 84148
- Zip Code: 84148
- Zip Code: 84148
- Record
- SN06576523-F 20230201/230130230104 (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 |