SOLICITATION NOTICE
R -- SES Mobility Assessment Tool
- Notice Date
- 2/7/2006
- Notice Type
- Solicitation Notice
- Contracting Office
- Bid and Proposal Room, Ariel Rios Building (3802R) 1200 Pennsylvania Avenue, N.W. Washington, DC 20460
- ZIP Code
- 20460
- Solicitation Number
- PR-HQ-06-13857
- Response Due
- 2/10/2006
- Archive Date
- 3/12/2006
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format prescribed in FAR Subpart 12.6, using Simplified Acquisition Procedures found at FAR Subpart 13.1, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Paper copies of this solicitation will not be available. This combined synopsis/solicitation shall only be posted on FEDBIZOPPS. This solicitation is being issued as a Request for Proposal (RFP) and a contract will be awarded. The RFP number is PR-HQ-06-13857. The anticipated award will be a Firm-Fixed price contract with a period of performance of February 24, 2006 through April 15, 2006. This solicitation documents and incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-07, effective February 2, 2006. It is the responsibility of the contractor to be familiar with the applicable provisions and clauses. Full text of all FAR provisions and clauses are available electronically at the following Internet address: http://www.arnet.gov/far. The North American Industrial Classification Code (NAICS) 541612 applies to this procurement. The Small Business Size Standard is $6,500,000.00. FOB Point is destination. The Defense Priorities and Allocations System (DPAS) assigned rating is not applicable to this acquisition. Applicable numbered notes: 1. STATEMENT OF WORK. BACKGROUND: The Office of Human Resources (OHR) at the U.S. Environmental Protection Agency (EPA and/or Agency) is in the midst of developing and implementing a Strategic Workforce Plan (SWP). Workforce planning supports the President?s Management Agenda for the federal government that is being overseen by the Office of Personnel Management (OPM). The SWP Model for the EPA has four competency-based parts: Demand, Supply, Gap Analysis, Gap Closure Strategies and Solutions. A competency assessment tool is an integral part of the Supply component of the model. As EPA supervisors learn to look ahead to determine how the Agency?s mission is changing and forecast what those changes mean in terms of workforce competencies necessary to meet those changing needs (i.e., Demand), they will then need to understand what their existing workforce competencies are (i.e., Supply) in order to determine if there is a competency ?gap,? (i.e., Gap Analysis). If there is a gap, then the size and type of gap will indicate the appropriate response (i.e., Gap Closure Strategy). Since the EPA has over 17,000 employees in more than 200 occupations, 18 ?mission critical occupations? (or MCO?s) have been identified to focus workforce planning efforts. To launch this competency-based approach to workforce planning, the EPA has chosen one MCO, Leadership, to start. Specifically, the EPA will test the waters with a competency Supply assessment of its Senior Executive Service (SES) members. PURPOSE: The purpose of this Statement of Work (SOW) is to describe the need for an ?instrument? or ?tool? to help with the ?Supply? part of the workforce planning process for Leadership competencies. The EPA has identified the core competencies for Leaders. REQUIREMENT: The Agency needs a tool provider who can deliver a robust assessment of the strengths and development opportunities in leadership competencies and related behaviors for up to 350 SES employees. TASKS: 1) Online Leadership Competency Assessment Tool. Due to the nature of these Agency individuals, the tool provided must not require inordinate amounts of time to use (90 minutes or less); it must be a self assessment or limited multi-rater tool; it must be convenient to use (on line availability and accessible for multiple sessions); the rating scale must be easily mapped to the OPM 5-Level proficiency scale (Awareness, Basic, Intermediate, Advanced and Expert); and the tool must be reliable, valid, and offer normative comparisons with like populations. 2) The contractor shall collect and compile the results/data from use of the tool. The contractor shall provide a written SES Assessment Analysis Report of the results/data to the Project Officer. 3) The contractor shall provide a written Individual Analysis Report of the results from the individual?s assessment to each SES employee. 4) The contractor shall provide a personal coaching/feedback session (e.g., by telephone) on what the results mean for each SES employee (not to exceed 60 minutes). The session shall include, at a minimum, actionable ideas and/or suggestions. The contractor shall provide a written Personal Coaching/Feedback Session and Report to each SES employee. 5) The tool provider shall develop a Comprehensive Analysis and Summary Report that analyzes the aggregate result data for trends and conclusions. The report shall be delivered to the Project Officer. DELIVERABLES: Online Leadership Competency Assessment Tool, Due Date: February 24, 2006; 2) SES Assessment Analysis Report, Due Date: March 17, 2006; 3) Individual Analysis Report, Due Date: March 24, 2006; 4) Personal Coaching/Feedback Session and Report, Due Date: March 31, 2006; 5) Comprehensive Analysis and Summary Report, Due Date: April 15, 2006. POINT OF CONTACT: The EPA Project Officer will be Jeff Bryant, Strategic Human Capital Planning Team, Human Capital Planning and Policy Division, U.S. EPA, 1200 Pennsylvania Ave, N.W., Mail Code 3632-M, Washington, DC 20460. Telephone: (202) 564-3942. Email: bryan.jeffrey@epa.gov. The following FAR provisions and clauses are applicable to this procurement: 52.212-1, Instructions to Offerors - Commercial Items (Jan 2006); 52.212-3 Offeror Representations and Certifications Commercial Items (Mar 2005). All representations and certifications shall be submitted through Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov; 52.212-4, Contract Terms and Conditions Commercial Items (Sep 2005) (There are no addenda to this clause); 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (Feb 2006). The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive Orders applicable to acquisitions of commercial items: 52.203-6, Restrictions on Subcontractor Sales to the Government (Jul 1995), with Alternate I (Oct 1995)(41 U.S.C. 253g and 10 U.S.C. 2402); 52.219-6, Notice of Total Small Business Aside (June 2003) (15 U.S.C. 644); 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and (3)); 52.222-3, Convict Labor (June 2003)(E.O. 11755); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (Apr 2002)(E.O. 11246); 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001)(38 U.S.C. 4212); 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998)(29 U.S.C. 793); 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001)(38 U.S.C. 4212); 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004) (E.O. 13201); 52.225-1, Buy American Act--Supplies (June 2003)(41 U.S.C. 10a-10d); 52.225-13, Restrictions on Certain Foreign Purchases (Feb 2006) (E.o.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury); 52.225-16, Sanctioned European Union Country Services (Feb 2000)(E.O. 12849); and 52.232-33, Payment by Electronic Funds Transfer?Central Contractor Registration (Oct. 2003)(31 U.S.C. 3332). 52.212-2 Evaluation of Commercial Items (Jan 1999). The Government will award a contract resulting from this solicitation to the responsible Offeror whose offer conforming to the solicitation will be the most advantageous to the Government, price and other factors considered. The Government intends to evaluate offers and make award without discussions. The following three factors shall be used to evaluate offers: Technical Capability, Past Experience/Performance, and Price. These three evaluation criteria will be of equal importance. The Government will evaluate offers for both amount of experience with similar contracts and quality of performance. 1) TECHNICAL CAPABILITY. Technical capability will be evaluated by how well the proposed services meet the agency?s requirement. A technical evaluation may include, but not be limited to, the amount and nature of the work your company has performed; examination of such things as product literature, technical features and warranty provisions. 2) PAST PERFORMANCE. Refers to how well your company has performed the work. The Government will evaluate the submitted past performance information required by FAR provision 52.212-1 and may use information from other sources to review offerors ability to perform the contract successfully. Required past performance information: Offerors shall submit three (3) references of relevant contracts performed within the last five years (past and/or present), that are the same and/or similar to the size and complexity of this requirement. For each reference include the contract number, dollar value, contract office, agency name, contact numbers, period of performance, contracting officer?s name, telephone and fax numbers for each contract, customer name and phone number and description of service. Past performance data does not have to be through a government agency. The offeror should not describe past performance history in their offer. The information should include, however, discussion of any major problems encountered on the contracts listed and the corrective actions taken to resolve them. The information may also include a description of any quality awards earned by the offeror. Offerors lacking relevant past performance history will not be evaluated favorably or unfavorably on past performance. However, the offer of a company with no relevant past performance history, while not rated favorably or unfavorably for past performance, may not represent the most advantageous offer to the Government and thus, may be an unsuccessful offer when compared to the responses of other offerors. The offeror should provide the information requested above for past performance evaluation, or affirmatively state that it possesses no relevant directly related or similar past performance. The assessment of the offeror?s past performance will be used as a means of evaluating the relative capability of the responder and other competitors to successfully meet the requirements of the RFP. The Government will give greater consideration to the contracts that the Government feels are most relevant to the RFP. All references shall be available to respond with a reply within 36 hours after being contacted. 3) PRICE. Offerors shall propose: 1) An individual price for each task area and associated deliverable; and 2) An aggregate price for the requirement. The Offeror agrees to comply with the FAR provisions and clauses included in the combined synopsis/solicitation and resulting contract by reference to implement a provision of law applicable to acquisitions of commercial items or components. Offerors must scrutinize this solicitation and ensure their offer complies with all requirements. It is not sufficient to merely state your offer complies with this solicitation requirements. You must clearly identify how your offer meets all solicitation requirements. Offerors must be registered in the Central Contractor Registration (CCR) database prior to award to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov/. A determination by the Government to not compete this proposed effort on a full and open competitive basis, based upon responses to this notice is solely within the discretion of the Government. All responsible sources may submit an offer which shall be considered by the agency. Offers shall be submitted on an SF-1449 signed by an official authorized to bind your organization. Submit to the Contracting Officer three (3) copies of your technical and price offer. Failure to provide any of the above required items may result in the rejection of your offer. Oral proposals will not be accepted. All communications regarding this procurement, including all requests for additional information, shall be in writing and submitted via email to Tom Semones. Questions shall be submitted in writing by 1000 Eastern Standard Time (EST), on February 8, 2006 to the Contracting Officer at the Email address provided at the end of this notice. This announcement will close at 1600 on February 10, 2006. Vendors may mail or hand deliver proposals to: Environmental Protection Agency, Bid and Proposal Room, Ronald Reagan Building 6th Floor (3202R), 1300 Pennsylvania Ave, N.W., Washington, DC 20004 or Email offers to the Contracting Officer. If quotes are mailed or hand delivered the quote shall include an electronic copy of the quote via CD-ROM. If the quote is submitted electronically only one email message is required. The Contracting Officer is Tom Semones, Telephone: (202-564-1128); Facsimile (202-565-2563); Email: Semones.tom@epa.gov.
- Web Link
-
The Environmental Protection Agency
(http://www.epa.gov/oam/solicit)
- Record
- SN00982751-W 20060209/060207214916 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |