SOURCES SOUGHT
U -- Sources Sought - NNSY Change Management Training & Consulting Services
- Notice Date
- 11/22/2024 8:53:09 AM
- Notice Type
- Sources Sought
- NAICS
- 611430
— Professional and Management Development Training
- Contracting Office
- NORFOLK NAVAL SHIPYARD GF PORTSMOUTH VA 23709-1001 USA
- ZIP Code
- 23709-1001
- Solicitation Number
- N4215825-100TO
- Response Due
- 11/29/2024 6:00:00 AM
- Archive Date
- 11/30/2024
- Point of Contact
- Crystal Porter, Phone: 7573968366, Audrey Goodman, Phone: 7573968364
- E-Mail Address
-
crystal.p.porter.civ@us.navy.mil, audrey.m.goodman5.civ@us.navy.mil
(crystal.p.porter.civ@us.navy.mil, audrey.m.goodman5.civ@us.navy.mil)
- Description
- THIS IS A SOURCES SOUGHT. THIS IS NOT A REQUEST FOR PROPOSAL. Subject to FAR Clause 52.215-3, entitled Solicitation for Information of Planning Purpose, this announcement constitutes a Request for Information only. This Request for Information (RFI)/Sources Sought is for planning purposes only and shall not be considered as an Invitation for Bid, Request for Quotation, Request for Proposal, or as an obligation on the part of the Government to acquire any products or services described herein. Your response to this RFI will be treated as information only. No entitlement to payment of direct or indirect costs or charges to the Government will arise because of a contractor�s submission of responses to this announcement or the Governments use of such information. This request does not constitute a solicitation for proposals or the authority to enter into negotiations to award a contract. No funds have been authorized, appropriated or received by the Government for this RFI. This is not a solicitation announcement for proposals and no contract will be awarded from this announcement. This RFI is not to be construed in any way as a commitment by the Government, nor will the Government pay for the information submitted in response. The information provided by contractors may be used by the Navy in developing its acquisition strategy, Statement of Work (SOW) and/or Performance Specifications. Background: The Norfolk Naval Shipyard (NNSY) Installation and Support Division is seeking on qualified and experienced sources for information planning on services necessary to create a systematic approach to dealing with the transition or transformation required to make a major organizational change. Tasked to develop a change management approach to support these impending changes, processes and technologies; procurement for professional change management services is under consideration for the Norfolk Naval Shipyard organization. This Organizational Change Management strategy will support the planning, research, development, integration, alignment, execution, pilot implementation, and full-scale implementation delivery of all the current and horizon transformation change programs of record at the Norfolk Naval Shipyard, Portsmouth Virginia. This initiative seeks to align our workforce with the corporation on the understanding and execution of Change Management while working through initiatives and projects. The contractor will provide training NNSY practitioners and executive leadership on the effective implementation of Change Management. Potential option years will build organic capability within the shipyard to teach this to our workforce. The goal is change management strategies, coaching, and training will improve the way that we work. Please view the required task, basic qualifications and deliverables. The estimated period of performance is anticipated for One (1) year with the probability of additional option years. Please Submit a Capability Statement: Responses to this sources sought shall reference �Change Management Training� and shall include the following information in this format: Company name, address, point of contact name, phone number, fax number and email address. Contractor and Government Entity (CAGE) Code. If the services can be solicited from a GSA schedule, provide the GSA contract number. Size of business - Large Business, Small Business, 8(a), Hubzone, Woman-owned Small Business, Economically Disadvantaged Woman Owned Small Business, and/or Service Disabled Veteran Owned Small Business. A copy of SAM.GOV active registration. Must reflect SAM Unique Entity Identification (UEI), Commercial and Government Entity, and Reps/Certs (Not included in page limit). Comments on the proposed Period of Performance schedule. Anticipated number of days work could start and be completed after award. Comments on the suggested Government's NAICS Determination code. Identify conditions or issues the U.S. Government should consider or may interfere with the intention of this project. Please identify a Rough Order of Magnitude (ROM) and/or estimated cost for the required services. Please provide the estimated number of contractor personnel, labor categories, and estimated number of hours your company would utilize in performing the required services. Organizations ability to support a structured and customizable �change management� training program. Must have a �change management� curriculum and training classes to include developed training material (books and other resources) to accompany the training which should be included within offered packages. Company�s ability to support a certification and/or train the trainer initiative, which will enable NNSY to provide internal training for other employees Availability of onsite and eLearning training initiatives. Company�s ability to support project-based advisory services or consulting services. Capability statement displaying the contractor�s ability to provide the services, to include references of past Government agencies change management training initiatives. Past performance information should include only relevant past performance on the same work within the last 3 years. Please also include in past performance information the full contract numbers, dollar value, and period of performance for each contract referenced in the response to this sources sought. Documentation of technical expertise must be presented in sufficient detail for the Government to determine that your company possesses the necessary functional area expertise and experience to compete for and successful accomplish the required scope of work. Please provide questions, comments, or feedback regarding the planned contract type or any other associated information. Include any other supporting documentation RFI submissions are not to exceed ten (10) typewritten pages in no less than 10-point font. The Government is still determining the acquisition strategy and if this acquisition will be a small business set-aside, then FAR clause 52.219-14, Limitations on Subcontracting, applies. Note that if there is sufficient demonstrated interest and capability among small businesses, a key factor in determining if an acquisition will be a small business set-aside is that two or more potential small business prime contractors must be capable of performing at least 50% of the effort, as defined in FAR clause 52.219-14. If it is determined that a small business set-aside is appropriate and your company anticipates submitting a proposal as the prime contractor for a small business set-aside, please provide specific details and rationale as to how compliance with FAR clause 52.219-14 would be achieved, including specific details regarding teaming arrangements, and if subcontracts are to be used, provide anticipated percentage of the effort to be subcontracted and whether small or large business subcontractors will be used. Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided. Documentation of technical expertise must be presented in sufficient detail for the Government to determine that your company possesses the necessary functional area expertise and experience to compete for this acquisition. Standard company brochures will not be reviewed. Responses should be emailed to Crystal Porter at Crystal.P.Porter.civ@us.navy.mil and Audrey Franklin at audrey.m.franklin2.civ@us.navy.mil by 9:00 AM on November 29, 2024. Again, this is not a request for a proposal. Respondents will not be notified of the results and the Government is not required to answer any questions submitted in regard to this sources sought notice. NOTE: Proprietary information should be clearly marked. The requested information is for planning and market research purposes only and will not be publicly released. Again, this is not a request for a proposal. Please note the information within this pre-solicitation synopsis will be updated and/or may change prior to an official synopsis/solicitation, if any.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/e8dd4c1b79d441a3b1a61b0693aec3c4/view)
- Place of Performance
- Address: Portsmouth, VA 23709, USA
- Zip Code: 23709
- Country: USA
- Zip Code: 23709
- Record
- SN07273790-F 20241124/241122230114 (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 |