SOURCES SOUGHT
R -- Strategic Planning, Leadership and Organizational Development - Draft Statement of Work
- Notice Date
- 4/23/2012
- Notice Type
- Sources Sought
- NAICS
- 541611
— Administrative Management and General Management Consulting Services
- Contracting Office
- Department of Health and Human Services, Food and Drug Administration, Office of Acquisitions and Grants Services, 5630 Fishers Lane, Room 2129, Rockville, Maryland, 20857-0001
- ZIP Code
- 20857-0001
- Solicitation Number
- FDA-RFI-1098040
- Archive Date
- 5/22/2012
- Point of Contact
- Sherry Rowlett, , Jennifer Fagan,
- E-Mail Address
-
sherry.rowlett@fda.hhs.gov, jennifer.fagan@fda.hhs.gov
(sherry.rowlett@fda.hhs.gov, jennifer.fagan@fda.hhs.gov)
- Small Business Set-Aside
- N/A
- Description
- Key Methodologies Matrix Draft Statement of Work Food and Drug Administration Request for Information Strategic Planning, Leadership and Organizational Development Contract Type: Indefinite Delivery Indefinite Quantity (IDIQ) Notice to Small Businesses The purpose of this Sources Sought Notice is to seek declarations of technical capabilities and various information, data, and materials from qualified small business concerns [including Small Businesses, SBA Certified 8(a) Small Businesses, Woman-owned Small Businesses (WOSB), Historically Underutilized Business Zone (HUBZone), and Service-Disabled Veteran-owned Small Businesses (SDVOSB)]. Food and Drug Administration intends to provide maximum practicable opportunities in its acquisitions to small business, service-disabled veteran-owned small business, HUBZone small business, SBA certified 8(a) small business. Background This Sources Sought Request for Information (RFI) is for information, planning and market research purposes only and shall not be construed as either a solicitation or obligation on the part of the Food and Drug Administration or its Centers. The purpose of this RFI is to help the FDA understand the industry best practices and technical solutions capable of providing the full range of services described in this RFI and the draft SOW. FDA will use this market research information to assess the market's capability to successfully meet FDA's Strategic Planning, Leadership and Organizational Development requirements. FDA welcomes responses from all interested small businesses. FDA does not intend to make a selection decision or award a contract on the basis of responses nor otherwise pay for the preparation of any information submitted or FDA's use of such information. Acknowledgment of receipt of responses will not be made, nor will respondents be notified of the outcome of the FDA's review of the information received. Additionally, the FDA does not intend to hold discussions concerning this RFI with any interested parties. However, FDA reserves the right to contact vendors if additional information is required. General Instructions Responses to the RFI should not exceed 10 pages in length. The 10 page limit excludes the completed version of the "Key Methodologies Support Matrix" and the labor category descriptions. They should be submitted via email to Sherry Rowlett at sherry.rowlett@fda.hhs.gov by 12:00 noon on May 7, 2012. A complete response to the RFI should include answers to all of the questions below and a completed version of the attached "Key Methodologies Support Matrix". Please note that a respondent's failure to provide a complete response to a question will be interpreted to mean that it does not understand the question and does not demonstrate the capability to provide services required. Responses should demonstrate capability, not merely affirm the respondent's capability (e.g.: The response must go beyond the statement that, "XYZ company can provide training support."). Questions: 1. The Draft SOW describes the following high-level task areas under which task orders may be released to obtain specific support in Strategic Planning, Leadership and Organizational Development. The representative tasks described in the SOW are not comprehensive; they are intended to provide an overall understanding of the breadth and sophistication of the tools employed by the FDA and the level of expertise and capabilities sought by the FDA under this contract. Please demonstrate your capability in the task areas provided below. o Task Area - Strategic Planning o Task Area - Organizational Development and Change Management o Task Area - Executive Coaching and Leadership Development o Task Area - Facilitating Knowledge Transfer o Task Area - Program Management Support 2. If you identified any gaps in the task areas in the Draft Statement of Work, please describe any relevant projects where your company provided the service or support identified and what complementary objectives were achieved. Are the described task areas and the capabilities required clearly defined? What changes, additions, updates, and clarifications would you suggest? 3. Please provide a brief narrative explaining how you would approach providing the range of strategic planning, leadership and organizational development services to the FDA. If applicable, describe how the approach has proven successful in past efforts that are similar to this one in size, scope and complexity. Recommend performance and customer satisfaction measures and indicators that would give FDA adequate ability to monitor the quality of the services provided. 4. Please provide a list of suggested Labor Categories to support the work described in the draft SOW. Include a brief narrative description of each Labor Category that identifies education, certification, and experience you deem critical or necessary to successfully execute this work. Please describe the difference between senior and junior level categories. 5. The IGCE for this requirement is not yet finalized; however, it is estimated that the ceiling could be as high as $10M across the entire agency. Multiple task orders that require specialized capabilities could be issued/existing simultaneously. Please briefly - no more than two to three paragraphs -describe your capability to staff and manage a project of this magnitude and complexity in terms of project scope and multidisciplinary skill sets required. Discuss methods of attracting and retaining expertise, whether within your firm or by using partners/subcontractors, and describe any certifications that demonstrate proven management and quality outcomes. 6. Have you supported the key methodologies that have been utilized by FDA in the past? If so, please describe this support. Please refer to the SOW for the list key methodologies (Section 1.2). To answer this question please utilize the attached document- "Key Methodologies Support Matrix" 7. Please provide documentation of the size of your business. If you are classified as a small business, Historically Underutilized Business Zone small business, Service Disabled Veteran Owned Small Business, Woman-Owned Small Business and/or SBA 8(a) certified small business. Please provide a capability statement in addition to the other information for acquisition strategy determination. Additionally, please demonstrate your firm's capability to meet the requirements of FAR 52.219-14, Limitations on Subcontracting. 8. Please provide suggested appropriate North American Industry Classification System (NAICS) code and rationale. 9. Please provide the following: a. Organization name b. DUNS number c. Organization's website d. Contact Name e. Contact Telephone f. Contact E-mail address g. Size designation h. Number of employees in your organization i. Your organization's current and gross revenue 10. Provide information concerning contract vehicles available to be used by the FDA in acquiring the services outlined in the draft SOW (GSA Federal Schedules, Government wide Acquisition Contract, etc.). Attachments: 1. Draft IDIQ SOW 2. Key Technologies Support Matrix
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/DCASC/FDA-RFI-1098040/listing.html)
- Place of Performance
- Address: U.S. Food and Drug Administration, 10903 New Hampshire Avenue, Silver Spring, Maryland, 20993, United States
- Zip Code: 20993
- Zip Code: 20993
- Record
- SN02729116-W 20120425/120423235632-7b9a7285f0a42812b475f4a475557211 (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 |