SOLICITATION NOTICE
99 -- Leadership Training
- Notice Date
- 7/25/2006
- Notice Type
- Solicitation Notice
- NAICS
- 611430
— Professional and Management Development Training
- Contracting Office
- National Archives and Records Administration, NAA, Acquisition Center, 8601 Adelphi Road, Room 3360, College Park, MD, 20740-6001
- ZIP Code
- 20740-6001
- Solicitation Number
- NAMA-06-R-0006
- Response Due
- 8/8/2006
- Archive Date
- 8/23/2006
- Description
- This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The Request for Proposal (RFP) number is NAMA-06-R-0006. The RFP and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-11. This acquisition is set-aside 100% for small business. The NAICS code is 611430 and the small business size standard is $6.5 million. The Offerors must state in the proposal its size status for this procurement. The Period of Performance is October 1, 2006 through September 30, 2007 and one 12-month Option Period. The purpose of this contract is to provide leadership development training for nominated NARA employees. Provide firm-fixed unit prices and max prices for the following: CLIN 0001 (Base Period) Team Leader Skills for 25 attendees-Min Course Qty 1 and Max Course Qty 3, CLIN 0002 (Base Period) Introduction to Supervision for 25 attendees-Min Course Qty 1 and Max Course Qty 3, CLIN 0003 (Base Period) Advanced Leadership Skills for 25 attendees-Min Course Qty 1 and Max Course Qty 3, CLIN 0004 (Base Period) Additional course attendees for any course. There is no guarantee that any minimum amount will be ordered-Max Additional Attendees Qty 10, CLIN 0005 (Base Period) Additional Services. Orders will be placed as needed. There is no guarantee that any minimum amount will be ordered-Max Additional Service Hours Qty 40, CLIN 0006 (Base Period) Course Preparation, Data, and Reports ? Deliverables-1 Lot (Not Separately Priced), CLIN 0007 (Base Period) RESERVED, CLIN 0008 (Base Period) RESERVED. CLIN 0009 (Option Period I) Team Leader Skills for 25 attendees-Min Course Qty 1 and Max Course Qty 3, CLIN 0010 (Option Period I) Introduction to Supervision for 25 attendees-Min Course Qty 1 and Max Course Qty 3, CLIN 0011 (Option Period I) Advanced Leadership Skills for 25 attendees-Min Course Qty 1 and Max Course Qty 3, CLIN 0012 (Option Period I) Additional course attendees for any course. There is no guarantee that any minimum amount will be ordered-Max Additional Attendees Qty 10, CLIN 0013 (Option Period I) Additional Services. Orders will be placed as needed. There is no guarantee that any minimum amount will be ordered-Max Additional Service Hours Qty 40, CLIN 0014 (Option Period I) Course Preparation, Data, and Reports ? Deliverables-1 Lot (Not Separately Priced), CLIN 0015 (Option Period I) RESERVED, CLIN 0016 (Option Period I) RESERVED. 1.0 BACKGROUND AND SCOPE. The National Archives and Records Administration (NARA) Training Office (NAO) is responsible for providing training to NARA employees. One of the core focus training areas is leadership training. The Contractor shall provide a facilitator/trainer to deliver a series of three individual NARA courses focused on leadership development. These courses support the NARA Strategic Plan and incorporate the NARA Leadership Competencies. 2.0 OBJECTIVE. The objective is to provide leadership development training for nominated NARA employees. The Contractor?s facilitator(s) will deliver NARA?s three leadership development courses: Team Leader Skills, Introduction to Supervision, and Advanced Leadership Skills using the course materials provided by NARA. 3.0 PROGRAM COURSES. The COR will provide a 45 day notice to the Contractor prior to a particular course start date. The Contractor?s facilitator will be required to meet with the COR to receive course documentation. Course material will be provided 30 days in advance of each course offering. The COR can cancel a course offering without charge if notice is provided 14 calendar days before the start of the class. A course may be postponed within 14 calendar days of a scheduled course offering due to circumstances beyond NARA?s control. Each course will be offered at least once during each performance period. The Contractor is responsible for consulting on syllabus changes without any additional charge. The leadership courses NARA plans to offer are as follows: 3.1 TEAM LEADER SKILLS ? UTILIZING EXPERTISE IN A LEADERSHIP ROLE This is a 3-day skills building course designed for new NARA team leaders, enabling team leaders to use their expertise in a leadership role. Participants will develop the skills required to provide team leadership; focus the team on the tasks at hand or customer requirements; and communicate team status, task accomplishment, and direction. Enrollment is open to team leaders and attendance should not exceed 25 students. 3.1.1 COMPETENCIES: Conflict Management, Team Building, Oral Communication, Interpersonal Skills, Problem Solving, and Decisiveness. 3.1.2 AGENDA: Day 1 Work Teams and the Team Leader?role of team leader; transition to team leader; team effectiveness, group norms and roles; Day 2 Effective Team Leader Communication Skills?active listening skills, giving feedback, recognizing employees, communicating up and down in the organization: a. Problem Solving and Decision Making?identifying and analyzing data, problem solving tools, individual and group decision making; Day 3 Team Meeting Management?making the most of this leadership tool (preparing for, conducting, and following up team meetings): a. Conflict Resolution?types and causes of conflict, managing conflict, preventive strategies, reducing conflict, UGLI Orange exercise; b. Action Planning?action plans, leadership assessment, Individual Development Plan (IDP). 3.2 INTRODUCTION TO SUPERVISION This is a 4-day skills building course that provides tools and techniques for leading a high performance work unit. Participants will learn to use various forms of influence; demonstrate communication, listening, and conflict resolution skills; and, identify effective approaches to team management. Enrollment is open to supervisors and attendance should not exceed 25 students. 3.2.1 COMPETENCIES: Service Motivation, Conflict Management, Team Building, Oral Communication, Influencing and Negotiating, Interpersonal Skills, Problem Solving, and Decisiveness. 3.2.2 AGENDA: Day 1 Management in NARA?importance of the supervisor?s role to work group performance; actively exerting influence in the work place; creating and maintaining a work environment conducive to high performance; the supervisor?s dual role: production and support; the supervisor?s sources of power: a. Managing teams & work groups; Day 2: a. Effective Communication?active listening; questioning; communicating about performance (to the group); recognizing good performance; b. Coaching to improve performance?evaluating work performance; performance analysis; coaching discussion; Day 3: a. Coaching to improve performance (continued); b. Problem Solving Tools & Techniques; c. Decision Making; d. Conflict Management; Day 4: a. Consultation Lab (application)?small group work on individual issues; b. Action Planning?action plans, leadership assessment, IDP. 3.3 ADVANCED LEADERSHIP SKILLS This is a 3-day skills building class for NARA managers and experienced supervisors. The class uses a Harvard Business School Case and a feature film as instruments for developing advanced leadership skills including problem solving, decision making, performance feedback, coaching, mentoring, and effectively utilizing power in the workplace. Enrollment is open to supervisors and senior staff and attendance should not exceed 25 students. 3.3.1 COMPETENCIES: Creativity and Innovation, Resilience, Service Motivation, Oral Communication, Accountability, Problem Solving, Decisiveness, Influencing/Negotiating, and Partnering. 3.3.2 AGENDA: Day 1: a. Role of managers at NARA?NARA timeline; b. Power/politics in organizations?how things get done in the workplace; diagnosing organizations; c. Power?formal & informal; d. 6 styles of influence; e. Video (12 Angry Men)?View; discuss; debrief. Day 2: a. Harvard Business School (HBS) Case?overview; study questions; b. Problem Solving?rational & creative; review tools; c. Decision Making?characteristics; checklist; Vroom Yetton model. Day 3 Performance Feedback?characteristics/guidelines; Situation/Behavior/Impact Feedback model; HBS case role play: a. Coaching and mentoring?as part of employee development; HBS case role play; b. Action planning?action plans, leadership assessment, IDP. 4.0 ADDITIONAL SERVICES. Additional services are defined as work, primarily for additional Contractor support for curriculum development of new courses, requested and authorized by the COR that is not covered elsewhere in this Requirement and is not possible to predict at this time. Orders for Additional Services will not exceed 40 hours per performance period; however, there is no guarantee that additional services will be requested. Additional Services will be invoiced against the Additional Services CLIN and billed with the monthly contract invoice. The Contractor must provide the COR a written quote including the actual number of hours and applicable rate for the additional services requested. The Contractor must compute the labor rate costs for additional services using hourly burdened labor rates listed in CLIN 0005 and CLIN 0013 for respective periods. No Overtime will be allowed. 5.0 PERSONNEL QUALIFICATIONS; 5.1 FACILITATIOR/INSTRUCTOR; 5.1.1 GENERAL DESCRIPTION. A facilitator or instructor with technical experience on similar tasks, and suitability of the Offeror?s management and technical personnel who will coordinate with the Government?s project manager. This will be an individual who is: a. Knowledgeable and skilled in providing instructor led training; b. Demonstrates excellent oral and written communication skills; c. Is responsible for delivering high quality instruction; d. Must have demonstrated communication skills with all levels of students. 5.1.2 EDUCATION. It is desirable for the Contractor's facilitator(s) to possess a Bachelor?s degree with focus/courses in Organizational Behavior, Human Resource Development, Organization Development, I/O Psychology, or Management. 5.1.3 EXPERIENCE. It is also desirable for the Contractor's facilitator(s) to possess the following: a. a working knowledge of NARA?s organization with respect to both its leadership and products/services; b. an understanding of NARA leadership competencies; and c. extensive knowledge and experience in conducting first and mid-level leadership development courses for federal agencies. 6.0 PERFORMANCE MEASUREMENT. During the performance of this task order data will be gathered to assess the Contractor?s facilitator on the following; (1) platform skills; (2) knowledge of course material; (3) knowledge of organizational/management theory on which course content is based; and (4) ability to communicate training content effectively. NAO will provide a rating using a scale of Outstanding, Acceptable, Marginal, and Unacceptable for each of the four measurement criteria. 7.0 QUALITY ASSURANCE. NAO staff will, at a minimum, observe a representative sampling of each class offering. Additionally, at the end of each class, the Government shall survey class participants. The COR shall notify the Contractor within 14 days of the NAO rating for each course offering. If a particular measurement criteria for any course is rated below an Acceptable, the Contractor shall review all aspects of the course to determine what corrective action is needed to enhance the quality of the course and present the recommendations to the COR for review and approval within fourteen calendar days of being notified by the COR of the score. If the facilitator receives a criteria rating below Acceptable for a second consecutive course then the COR shall have the right to request the Contractor replace the facilitator. Any replacement must be approved by the COR. If the Contractor continually provides less than acceptable facilitators then deductions (based on hourly fully-burdened labor rate listed in CLIN 0005 and CLIN 0013) and possible contract termination will result. 8.0 GOVERNMENT FURNISHED FACILITIES/INFORMATION/EQUIPEMENT. The Government will provide facilities, class materials, and presentation equipment. A NARA employee acting as co-facilitator may be present. The Contractor must maintain all Government provided space in a neat, clean, and orderly condition and maintain equipment in the condition it was received. No alterations to the facilities may be made without specific written permission from the Contracting Officer. All alterations and equipment repairs will be at Contractor?s expense. The Contractor must return the facilities and equipment to the Government in the same condition as received, fair wear and tear and approved modifications excepted. 9.0 CONTRACTOR FURNISHED RESOURCES. With the exception of the Government Furnished Facilities/Information/Equipment in paragraph 8.0, the Contractor must provide all manpower, transportation, computers, and other items necessary for the performance of this requirement. 10.0 TRAVEL. Local travel (60 mile radius of Washington, DC) will not be reimbursed. Travel outside of the local travel radius is not required. 11.0 PLACE OF PERFORMANCE. All courses will be conducted at the National Archives and Records Administration (Archives II) facility located at 8601 Adelphi Rd, College Park, MD. 12.0 PERIOD OF PERFORMANCE. The period of performance commences on October 1, 2006 or date of award (whichever is later) for a base period of 12-months and one 12-month option period. The provision at 52.212-1, Instructions to Offerors, Commercial Items (Jan 2006), applies to this acquisition. This evaluation is in accordance with FAR Part 13, Simplified Acquisition Procedures. Contractor selection will be based on the best overall value to the Government. The Offeror?s proposal will be evaluated using the following evaluation factors: 1. Personnel. The Government will assess the personnel qualifications, experience, and suitability of the Offeror?s personnel who will work with the Government project manager. 2. Relevant Past Performance. The Offeror will be evaluated to assess the demonstrated quality of performance on similar work, to include the ability to control the quality and cost of work, timeliness of performance, and effectiveness at accomplishing the goals of previous work. References submitted by the Offeror must be recent and relevant to work under this task order. The Government reserves the right to submit questionnaires to references provided. 3. Price. Selection of the firm to perform this task order will be based on NARA?s assessment of the best overall value to the Government. Offerors must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications, Commercial Items (Jun 2006), with its offer. The provision may be accessed electronically at this address, http://www.arnet.gov. The clause at 52.212-4, Contract Terms and Conditions, Commercial Items (Sep 2005), applies to this acquisition and NARA Terms and Conditions are listed as addenda to the clause. The following NARA Terms and Conditions will be made available upon request: Government Contract Administration; Designation of Contracting Officer?s Representative; Invoice Submission Requirements; Invoice COR Certification; Payment; Final Payment; Appointment of Ordering Officer(s); Duration of Contract Ordering Period for Indefinite Delivery Indefinite quantity (IDIQ) Orders; Key Personnel; Standards of Conduct; Cooperation with Other On-Site Contractors; Permits and Licenses; Confidentiality. In addition, the following full text solicitation clauses may be accessed electronically at this address, http://www.arnet.gov: FAR 52.217-8, Option to Extend Services (Nov 1999); FAR 52.217-9, Option to Extend the Term of the Contract (Mar 2000); FAR 52.204-9, Personal Identity Verification of Contractor Personnel (Jan 2006); FAR 52.216-22, Indefinite Quantity (Oct 1995); FAR 52.232-18, Availability of Funds (Apr 1984); FAR 52.245-4, Government-Furnished Property (Short Form) (Jun 2003); and FAR 52.246-4, Inspection of Services-Fixed Price (Aug 1996). The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders, Commercial Items (Jun 2006), applies to this acquisition and the following clauses from paragraph (b) are incorporated by reference: 52.219-6, Notice of Total Small Business Aside (June 2003) (15 U.S.C. 644); 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); and 52.232-33, Payment by Electronic Funds Transfer?Central Contractor Registration (Oct. 2003)(31 U.S.C. 3332). In order to provide timely replies to Offeror?s inquires, all written request should be received no later than three business days prior to the due date for proposals. Offerors are requested to transmit inquires to the attention of Stuart Hitchings via both facsimile (301-837-3227) and email (stuart.hitchings@nara.gov). Three copies of each proposal for the service described above are due by 3:00 PM EST on August 8, 2006 and mailed to: National Archives and Records Administration, Acquisition Services Division (NAA), Suite 3340, Attn: Stuart Hitchings, 8601 Adelphi Road, College Park, MD 20740-6001. Proposals must include the solicitation number, discount/payment terms, identification of any exceptions taken to the terms and conditions, contact information, and be signed by an authorized company representative.
- Place of Performance
- Address: 8601 Adelphi Road, College Park, MD
- Zip Code: 20740-6001
- Country: UNITED STATES
- Zip Code: 20740-6001
- Record
- SN01097720-W 20060727/060725221535 (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 |