Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 20, 2024 SAM #8241
SOLICITATION NOTICE

U -- LEAN SIX SIGMA TRAINING

Notice Date
6/18/2024 1:23:12 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611430 — Professional and Management Development Training
 
Contracting Office
NETWORK CONTRACT OFFICE 19 (36C259) Greenwood Village CO 80111 USA
 
ZIP Code
80111
 
Solicitation Number
36C25924Q0483
 
Response Due
6/28/2024 9:00:00 AM
 
Archive Date
07/28/2024
 
Point of Contact
Aaron Thurber, Contract Specialist, Phone: 303-712-5745
 
E-Mail Address
aaron.thurber@va.gov
(aaron.thurber@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
Questions and Answers 36C25924Q0483 0002 The purpose of this amendment is to: 1. Extend the response due date to June 28, 2024, 10:00 a.m. 2. Provide answers to questions received in response to the solicitation. 3. Post a revised Statement of Work. 4. Update the estimated period of performance. Question 1: Is there an incumbent contractor or is this a new requirement? Answer: This is a new requirement. Question 2: Are the course lengths are negotiable? For example, a White Belt class would only need to be a half day course (they have up to 4 days), but our Black Belt course needs to be 10 full days plus students have to complete a project and submit it within 6 months of the class end date. Answer: Yes. Question 3: Are Microsoft TEAMS, WebEX, and/or Zoom-approved platforms for virtual training delivery? Answer: Yes. Question 4: Regarding frequent training, what is the maximum number of classes required to run at the same date/time? The Combined Synopsis/Solicitation Notice estimates quantities on page 2, Description I., and the estimated annual quantity of multi-day training engagements is listed as 140. From a vendor resource standpoint, we need to know the maximum number of trainings that would be running simultaneously, as this affects the number of staff, we need to be allocated for each time period. Answer: The Government anticipates needing at least two sessions at a time but could require up to five. The Government will coordinate availability subject to the resources of the contractor for sessions above two at a time. The contractor will have to communicate any resource constraints at the time of scheduling. Question 5: How many facilitators must be provided for the training delivery? In the SOW, page 1, under ""Facilitators"", the government states, ""The contractor shall provide one specialist facilitator..."". Is only one facilitator needed for this contract? Answer: The contract may require additional facilitators if more than once class is scheduled for the same time period. Question 6: On the STATEMENT OF WORK FOR Lean Six Sigma Training , under the White, Yellow, Green, Black, and Master Black Belt, it stated no more than X days of training (no more than 8 hours per day to include certification) . Does this mean that the Office of Integrated Veteran Care (IVC), Portfolio Management Directorate (PMD) requires a Lean Six Sigma certificate for at the completion of each course (for example, a Lean Six Sigma Green Belt certificate at the completion of 4 days of Lean Six Sigma Green Belt virtual training)? There historically is an assessment exam and a Lean Six Sigma project involved to confirm mastery of the tools and methodology. Answer: Yes, a certificate is required at completion if the learner passes the assessment successfully. Question 7: On the STATEMENT OF WORK FOR Lean Six Sigma Training , under Introduction it states, Contractor shall provide all necessary Lean Six Sigma Black Belt certified instructors, materials, and expertise to facilitate instructor-led computer-based training and resulting Lean Six Sigma certifications for a maximum of 20 classes for designated participants in each of the following categories. Does this mean, for example, that the White Belt course (with 8 participants) will be conducted 20 separate times for a total of 160 participants (8 participants x 20 classes)? Answer: Yes, the estimated maximum amount for the contract is 20 sessions with the designated number of participants per the statement of work. (Example, if all 20 sessions of white belt training were ordered, each session would have up to 10 learners a session) Question 8: On the STATEMENT OF WORK FOR Lean Six Sigma Training , Under section I, Description and Pricing Schedule , Does a Unit of Each equal one course (for example one White Belt course) with an Estimated Quantity of 20 courses? Answer: Yes Question 9: Would the VA like to see the resumes of our proposed instructors/facilitators? Answer: Resumes are acceptable to confirm the contractor s technical capability. Question 10: Is the contractor expected to administer the certification examination? Answer: Yes. Question 11: Please confirm that the contractor is expected to provide COTS content and materials for the required training. Answer: Yes. Question 12: If COTS content is required, note that our Course Content is proprietary. Therefore, will the recorded courses be made available to just the course attendees or all the PMD employees? If all PMD employees, is VA looking to purchase a license for our COTS course content for publishing and continued use beyond the online learning delivery sessions? Answer: The Government will not record or require recorded course content. The Government will not purchase a license. Question 13: The SOW states the maximum duration of each course type. Typically, BB and MBB training courses run 10 15 days, however VA is requesting that BB and MBB courses only be a maximum of 5 days which will significantly reduce the depth of the required body of knowledge that we can cover, as well as reduce the number of exercises that participants can perform. Would VA provide additional insight into their thinking regarding the maximum number of days for each course and whether they expect that the PMD employee will be able to pass a certification exam based on this class alone? Answer: The course length is negotiable and will be coordinated prior to the scheduling of a session. Question 14: The SOW states that the training will result in Lean Six Sigma certifications and restricts training courses for Master Black Belt to a maximum of 5 days. However, achieving Master Black Belt certification requires the participant to complete simulations and often requires ongoing coaching over a period of 6-12 months. Is VA looking for this simulation and support to be priced into the course price or is VA only requesting the 5-day training course Answer: The course length is negotiable and will be coordinated prior to the scheduling of a session. The contractor shall provide complete Master Black Belt program to include ongoing coaching. Question 15: The SOW states, Facilitator shall be Lean Six Sigma Black Belt certified with at least 10 years teaching or facilitating Lean Six Sigma trainings. Preferred experience working with federal agencies. Would the VA consider allowing the contractor to use a certified Green Belt Practitioner to facilitate the White and Yellow belt courses, which would reduce the cost to the Government? Answer: Yes. Question 16: The SOW states, COR to notify Contractor, in writing, to cancel a scheduled course session at least 15 business days before scheduled session start date, with no charge whatsoever. If the session is not cancelled at least 15 days prior, what is VA s expectation regarding contractor billing for the session cancelled less than 15 days prior? Answer: If cancelled within 14 days of course commencement, the Government will pay for the course. Question 17: Is there a mandated training platform, or at least a list that are not approved due to government firewalls. Answer: Please see question 3. No software may be installed on VA computers. Question 18: Are the recordings of the sessions protected under the contract? It states that they should be made permanently available to the PMD, is there a layer of protection to ensure they are not used for training without the contractor s permission. Answer: The Government will not record or require recorded content. Question 19: Who schedules the training times? Is it solely the Contractor, solely the PMD, or a coordination between the two? Answer: The COR will coordinate scheduling with the contractor. Question 20: The way the structure is laid out in the SOW, each of these belt levels would require the previous to be a prerequisite (except white belt, Lean Fundamentals, and RCA). Is this implied, or does it need to be stated. Answer: Previous courses are a prerequisite. Question 21: Does anything stipulate what training materials must be used/provided? For example, it states all materials are provided by the contractor, but is there a minimum requirement for what they are (i.e., hard copies of books). Answer: Training is virtual, digital materials are required. Question 22: Can the contractor stipulate the class minimum? Answer: No, the session is up to the number of students per session as stated in the statement of work. Question 23: Can the classes have students from the contractor? For example, we have a pre-established training program that meets all the requirements. Can the VA PMD students attend those classes so we can better manage small class sizes from PMD. Answer: Yes, with a 5% discount for this format applied to the invoice for the affected sessions. Question 24: Should the Pricing table in section VI be submitted separately from the Technical and Past Performance information? Answer: No, please submit all required information together. Question 25: Are there page limits to the technical and past performance information requested? Answer: Yes, please limit technical information to eight pages and past performance information to five pages. 36C25924Q0483 0002 Combined Synopsis/Solicitation for Lean Six Sigma Training This is a combined synopsis/solicitation for commercial items prepared in accordance with (IAW) 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 will not be issued. Solicitation number 36C25924Q0483 is issued as a request for quotes (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2024-04. This acquisition is a Total Set-Aside for Service-Disabled Veteran Owned Small Business (SDVOSB) concerns. The North American Industry Classification System (NAICS) code is 611430 - Professional and Management Development Training with a small business size of $15.0 Million. The Service Code is U009 - Education/Training- General. Offerors must be registered in the System for Award Management (SAM) at https://sam.gov to be considered for award. Department of Veterans Affairs, Network Contracting Office 19, Located at 6162 S. Willow Drive, Suite 300, Greenwood Village, Colorado 80111, in support of the Office of Integrated Veteran Care. The Contractor shall submit prices for Lean Six Sigma Training for one base-year and four one-year option periods. The estimated period of performance for this requirement is July 15, 2024, to July 14, 2029. Description and Pricing Schedule: All interested SDVOSBs shall provide quotations on the Pricing Schedule below IAW the attached Statement of Work (SOW). Line Item Description Unit Estimated Quantity Unit Price Extended Amount 0001 White Belt   Each 20 0002 Yellow Belt   Each 20 0003 Green Belt   Each 20 0004 Black Belt   Each 20 0005 Master Black Belt   Each 20 0006 Lean Fundamentals Each 20 0007 Root Cause Analysis   Each 20 Option Year One 1001 White Belt   Each 20 1002 Yellow Belt   Each 20 1003 Green Belt   Each 20 1004 Black Belt   Each 20 1005 Master Black Belt   Each 20 1006 Lean Fundamentals Each 20 1007 Root Cause Analysis   Each 20 Option Year Two 2001 White Belt   Each 20 2002 Yellow Belt   Each 20 2003 Green Belt   Each 20 2004 Black Belt   Each 20 2005 Master Black Belt   Each 20 2006 Lean Fundamentals Each 20 2007 Root Cause Analysis   Each 20 Option Year Three 3001 White Belt   Each 20 3002 Yellow Belt   Each 20 3003 Green Belt   Each 20 3004 Black Belt   Each 20 3005 Master Black Belt   Each 20 3006 Lean Fundamentals Each 20 3007 Root Cause Analysis   Each 20 Option Year Four 4001 White Belt   Each 20 4002 Yellow Belt   Each 20 4003 Green Belt   Each 20 4004 Black Belt   Each 20 4005 Master Black Belt   Each 20 4006 Lean Fundamentals Each 20 4007 Root Cause Analysis   Each 20 Total Price Including All Option Years: $_______________ FAR 52.212-1 Instructions to Offerors Commercial Products and Commercial Services (SEP 2023) Addendum to FAR 52.212-1 Instructions to Offerors Commercial Items Provisions that are incorporated by reference (by Citation Number, Title, and Date), have the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The version of FAR 52.212-1 in the addendum is tailored for Simplified Acquisition Procedures and supersedes the current version of FAR 52.212-1 contained in the FAR. OFFER SUBMITTAL INSTRUCTIONS: 1) Offerors shall submit offers by Due Date/Time specified in section XIV. Late quotes will not be considered. 2) Offerors shall acknowledge all amendments to the solicitation as part of their quote. 3) Offerors shall complete the Price Schedule in section VI. 4) Offeror shall certify that all instructors/facilitators have the required qualifications, credentials, and experience IAW the SOW. 5) Offerors shall identify the location(s) (city and state) from which the instructors/facilitators will be performing virtual work. 6) Offerors shall complete 852.219-75 VA Notice of Limitations on Subcontracting Certificate of Compliance for Services and Construction. Offers received that do not comply with the terms and conditions of the solicitation and/or have missing documentation may be considered non-compliant and eliminated from evaluation. FAR 52.212-2 Evaluation-Commercial Items (NOV 2021) applies to this acquisition. Addendum to 52.212-2 Evaluation Commercial Products and Commercial Services (a) Basis for Award. The Government will issue a purchase order to the responsible quoter whose quotation conforming to the solicitation will be most advantageous to the Government, price and other factors considered. (b) The following factors shall be used to evaluate quotations: (1) technical capability to meet the Government s performance requirement; (2) price (3) past performance (c) Evaluation Approach. The Government will evaluate quotations using the comparative evaluation process outlined in FAR 13.106-2 (b) (3), where quotations will be compared to one another to determine which provides the best benefit to the Government. The Government reserves the right to consider a quotation other than the lowest price that provides additional benefit(s). Quotations may exceed minimum requirements of the solicitation. The Government reserves the right to select a quotation that provides benefit to the Government that exceeds the minimum requirements of the solicitation but is not required to do so. Each response must meet the minimum requirements of the solicitation. The Government is not requesting or accepting alternate quotations. The evaluation will consider the following: (1) Technical: The quotation will be evaluated to the extent to which it can meet and/or exceed the Government s performance requirements identified in the PWS and outlined in the solicitation and based on the information requested in the instructions to quoters section of the solicitation. (2) Price: The Government will evaluate the price by adding the total of all line-item prices, including all options. The Total Evaluated Price will be that sum. (3) Past Performance: The past performance evaluation will assess the relative risks associated with a quoter s likelihood of success in fulfilling the solicitation s requirements as indicated by the quoter s record of past performance. The past performance evaluation may be based on the contracting officer s knowledge of and previous experience with the service being acquired; Customer surveys, and past performance questionnaire replies; Contractor Performance Assessment Reporting System (CPARS) at http://www.cpars.gov/; or any other reasonable basis. (d) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). FAR 52.212-3 Offeror Representations and Certifications-Commercial Products and Commercial Services (NOV 2023) Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://www.sam.gov/portal 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. FAR 52.212-4 Contract Terms and Conditions-Commercial Products and Commercial Services (NOV 2023) applies to this acquisition. Addendum to FAR 52.212-4 Contract Terms and Conditions-Commercial Products and Commercial Services (NOV 2023) The following provisions and clauses are incorporated into FAR 52.212-4 as an addendum: FAR 52.203-12 Limitation on Payments to Influence Certain Federal Transactions (OCT 2010) FAR 52.203-17 Contractor Employee Whistleblower Rights And Requirement To Inform Employees of Whistleblower Rights (NOV 2023) FAR 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper (MAY 2011) FAR 52.204-7 System for Award Management (OCT 2018) FAR 52.204-13 System for Award Management Maintenance (OCT 2018) FAR 52.204-16 Commercial and Government Entity Code Reporting (AUG 2020) FAR 52.204-18 Commercial and Government Entity Code Maintenance (AUG 2020) FAR 52.204-20 Predecessor of Offeror (AUG 2020) FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021) FAR 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021). FAR 52.204-26 Covered Telecommunications Equipment or Services-Representation (OCT 2020). FAR 52.209-5 Certification Regarding Responsibility Matters (AUG 2020) FAR 52.209-7 Information Regarding Responsibility Matters (OCT 2018) FAR 52.216-18 Ordering (AUG 2020) July 1, 2024, to June 30, 2029 FAR 52.216-22 Indefinite Quantity (OCT 1995) June 30, 2029 FAR 52.217-8 Option to Extend Services (NOV 1999) 30 days FAR 52.217-9 Option to Extend the Term of the Contract (MAR 2000) 60 days, five years and six months FAR 52.223-6 Drug-Free Workplace (MAY 2001) FAR 52.224-1 Privacy Act Notification (APR 1984) FAR 52.224-2 Privacy Act (APR 1984) FAR 52.229-11 Tax on Certain Foreign Procurements Notice and Representation (JUN 2020) FAR 52.232-19 Availability of Funds for the Next Fiscal Year (APR 1984) July 14, 2025; July 14, 2025 FAR 52.233-2 Service of Protest (SEPT 2006) Department of Veterans Affairs, Network Contracting Office 19, 6162 S. Willow Drive, Suite 300, Greenwood Village, Colorado 80111 FAR 52.243-1 Changes-Fixed-Price Alternate I (APR 1984) FAR 52.249-8 Default (Fixed-Price Supply and Service) (APR 1984) FAR 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) FAR 52.252-2 Clauses Incorporated by Reference (Feb 1998) https://www.acquisition.gov/browse/index/far (FAR) and https://www.acquisition.gov/vaar (VAAR) VAAR 852.201-70 Contracting Officer s Representative (DEC 2022) VAAR 852.203-70 Commercial Advertising (MAY 2018) VAAR 852.211-76 Liquidated Damages-Reimbursement for Data Breach Costs (FEB 2023) Small Businesses (JAN 2023) (DEVIATION) VAAR 852.219-73 VA Notice to Total Set-Aside for Certified Service-Disabled Veteran-Owned Small Businesses (JAN 2023) (DEVIATION) VAAR 852.232-72 Electronic Submission of Payment Requests (NOV 2018) VAAR 852.233-70 Protest Content/Alternative Dispute Resolution (OCT 2018) VAAR 852.233-71 Alternate Protest Procedure (OCT 2018) VAAR 852.242-71 Administrative Contracting Officer (OCT 2020) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Products and Commercial Services (DEC 2023) (DEVIATION JAN 2024) apples to this requirement. The additional clauses below are incorporated by reference. FAR 52.203-6, Restrictions on Subcontractor Sales to the Government (JUN 2020) Alternate I (NOV 2021) FAR 52.203-17, Contractor Employee Whistleblower Rights (Nov 2023). FAR 52.204-10, Reporting Executive Compensation & First-Tier Subcontract Awards (JUN 2020). FAR 52.204-15, Service Contract Reporting Requirements for Indefinite-Delivery Contracts (OCT 2016) FAR 52.204-27, Prohibition on a ByteDance Covered Application (JUN 2023) FAR 52.209-6, Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (NOV 2021). FAR 52.219-8, Utilization of Small Business Concerns (FEB 2024) FAR 52.219-14, Limitations on Subcontracting (OCT 2022) FAR 52.219-28, Post Award Small Business Program Representation (SEP 2023). FAR 52.219-27, Notice of Set-Aside for, or Sole Source to, Service-Disabled Veteran-Owned Small Business (SDVOSB) Concerns Eligible Under the SDVOSB Program (FEB 2024) FAR 52.219-32, Orders Issued Directly Under Small Business Reserves (MAR 2020). FAR 52.222-3, Convict Labor (JUN 2003). FAR 52.222-21, Prohibition of Segregated Facilities (APR 2015). FAR 52.222-26, Equal Opportunity (SEP 2016). FAR 52.222-35, Equal Opportunity for Veterans (JUN 2020). FAR 52.222-36, Equal Opportunity for Workers with Disabilities (JUN 2020) . FAR 52.222-37, Employment Reports on Veterans (JUN 2020) (38 U.S.C. 4212). FAR 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) FAR 52.222-41, Service Contract Labor Standards (AUG 2018) FAR 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 2014) FAR 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards - Price Adjustment (Multiple Year and Option Contracts) (AUG 2018). FAR 52.222-49 Service Contract Labor Standards Place of Performance Unknown (MAY 2014) FAR 52.222-50, Combating Trafficking in Persons (NOV 2021). FAR 52.222-54, Employment Eligibility Verification (MAY 2022). FAR 52.222-55, Minimum Wages for Contractor Workers Under Executive Order 14026 (JAN 2022). FAR 52.222-62, Paid Sick Leave Under Executive Order 13706 (JAN 2022) FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (JUN 2020). FAR 52.224-3, Privacy Training (JAN 2017). FAR 52.225-13, Restrictions on Certain Foreign Purchases (FEB 2021). FAR 52.232-33, Payment by Electronic Funds Transfer - System for Award Management (OCT 2018). VAAR 852.252-70 Solicitation Provisions or Clauses Incorporated by Reference (JAN 2008) The following provisions or clauses incorporated by reference in this solicitation must be completed by the offeror or prospective contractor and submitted with the quotation or offer. Copies of these provisions or clauses are available on the Internet at the web sites provided in the provision at FAR 52.252-1, Solicitation Provisions Incorporated by Reference, or the clause at FAR 52.252-2, Clauses Incorporated by Reference. Copies may also be obtained from the contracting officer. VAAR 852.219-75 VA Notice of Limitations on Subcontracting Certificate of Compliance for Services and Construction. This is not a Defense Priorities and Allocations System (DPAS) rated requitement. Offers are due June 28, 2024, by 10:00 a.m., local Mountain Time. All questions/inquiries must be submitted to the Contract Specialist via electronic email no later than June 6, 2024, by 10:00 a.m., local Mountain Time. Submit offers or questions to the attention of the Contract Specialist, Aaron Thurber via email at: aaron.thurber@va.gov. Inquiries submitted via telephone will not be accepted. See attached document: Attachment 1 - Statement of Work. See attached document: Attachment 2 - VAAR 852.219-75.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/17db1754c8384ece98823bd1f7a25f77/view)
 
Place of Performance
Address: Virtual
 
Record
SN07100874-F 20240620/240618230114 (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.