MODIFICATION
R -- Professional Management Services at Pine Bluff Arsenal
- Notice Date
- 8/13/2012
- Notice Type
- Modification/Amendment
- NAICS
- 611430
— Professional and Management Development Training
- Contracting Office
- ACC - Rock Island (ACC-RI), ATTN: AMSAS-AC, Rock Island, IL 61299-6500
- ZIP Code
- 61299-6500
- Solicitation Number
- W52P1J-12-TBD
- Response Due
- 8/24/2012
- Archive Date
- 10/23/2012
- Point of Contact
- Brian Ray, 309-782-4944
- E-Mail Address
-
ACC - Rock Island (ACC-RI)
(brian.l.ray@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- Workforce Development Training in Problem Solving, Conflict Management, Team Building at Pine Bluff Arsenal, Arkansas..... Sources Sought Title: Professional Management Services SCOPE OF WORK WORKFORCE DEVELOPMENT TRAINING FOR EMPLOYEES AT PINE BLUFF ARSENAL 1.General The Pine Bluff Arsenal has a requirement for collaborative problem-solving, conflict management and team building training to address a wide range of organizational issues by conducting site assessments and developing various strategies to identify strengths and problem areas, and identify training opportunities for continuous improvement of the organization and its workforce. The Pine Bluff Arsenal is a Government Owned-Government Operated industrial Arsenal located approximately 35 miles southeast of Little Rock, Arkansas. It employs approximately 1000 Army Civilian workers with skills ranging from wage-grade labor to professional engineers and chemists. 2.Tasking The expected tasking for this project is 1 base year and 2 option years. The government will provide the Contractor with a workforce development training task and the contractor will provide a cost estimate for the work performed, to include, labor hours, materials, and travel costs. 2.1.Task Tracking The Contractor shall provide situation assessment and strategy design, facilitation, mediation, consultation and coaching, team building, customized training and capacity building and dispute system design. 2.2.Required Skills The contractor will be required to provide personnel with the following skills: Facilitators who have applied and trained others in alternative dispute resolution skills and procedures in both the private and public sectors, including federal, state and local government and have some familiarity with Pine Bluff Arsenal (PBA). Facilitators that can provide mediation, facilitation, coaching and systems design assistance in the employment and workplace sectors. Facilitators that have extensive experience in organizational and environmental conflict management and negotiation. Facilitators that have experience in conducting situation assessments and convened and facilitated collaborative processes for a variety of agencies and organizations. 3.Nature of Tasking 3.1.Initial Planning The Contractor shall conduct a kick-off meeting with the appropriate PBA organization (Directorate or Division). The Contractor shall review background materials and conduct/facilitate initial interviews with appropriate personnel. The individual Directorates range in size from a maximum of 200 employees to as few as 20 employees, depending on mission and function. 3.2.Situation Assessment and Strategy Design The Contractor shall identify and diagnose the potential causes of organizational problems and recommend a comprehensive set of appropriate, sequenced, collaborative decision making or conflict management procedures. 3.3.Facilitation The Contractor shall facilitate meetings/sessions between groups of employees for effective and efficient decision making and planning meetings. 3.4.Interviews The Contractor shall plan interviews (how many, who, in what groups, questions) and set up interviews. The Contractor shall conduct/facilitate interviews (individual and group); analyze interviews to identify themes and issues and develop recommendations. 3.5.Team Building The Contractor shall provide tools to help groups better understand their individual capacities and how to work together more effectively. 3.6.Customized Training and Capacity Building The Contractor shall provide training at all organizational levels, from management to line workers, on communication and collaborative approaches, including training of trainers. 3.7.Staff Survey The Contractor shall develop a customized survey for all staff to provide feedback on key strengths and challenges. Results will be compiled with identified areas for improvement and presented to senior leadership. 3.8.Presentation of Assessment The Contractor shall deliver a written report that contains the analysis and recommendations for each task to the Contracting Officer 3.9.Materiels The Contractor shall provide all materiels to include, group materials, printed products, visual aids, etc required in order to complete the facilitation of training. Materiel shall conform to all applicable Codes and Standards, including Army and DoD Regulations. 3.9.1. Government Furnished Facilities The Government shall provide the facilities at Pine Bluff Arsenal for assessments, employee interviews, and organizational training. The Government will also provide schedule information to coordinate the availability of employees. 3.10.Emergency First Aid Limited emergency first aid, to prevent loss of life or limb, is available for contractor personnel at the U.S. Army Health Clinic for injuries sustained in the performance of their duties. This service is normally available from 7:30 AM to 4:00 PM, Monday thru Friday. For life threatening emergencies after duty hours, contractor personnel will notify the Operations Center at 870 540-2700. For any other injury, contractor personnel will notify the Operations Center and go to Jefferson Hospital or to see their private physician. Use of this Health Clinic constitutes compliance with the First Aid Requirements of the Corps of Engineers Manual EM 385-1-1, dated 3 November 2003, as referenced in DAR 7-602.32, "Accident Prevention" incorporated in this contract. The requirements of Department of Labor, Occupational Safety and Health Administration (OSHA) Standards 29 CFR 1910 or EM 385-1-1, dated 3 November 2003, General Safety Requirements, whichever is the most stringent, will be followed and no deviation is acceptable. 3.11.Safety Requirements Contractors are responsible for compliance with all federal, state, and local authority safety regulations, which are applicable to this Contract. These include all Occupational Safety & Health Act (OSHA) regulations and all other current and applicable Department of the Army, federal, state, county, and municipal safety, health, and environmental Laws and regulations, PBA regulations, as well as industry-related best practices. Contractor shall immediately correct any imminent danger situations brought to their attention. Other unsafe conditions, unsafe work, construction equipment, tools, or any other unsafe act or conditions will be corrected within 24 hours after receiving notice from PBA. The Contractor shall correct the unsafe condition before proceeding with the Work. Lost time, lost productivity and fines associated with this or any safety violation will be at the sole cost of the Contractor without additional cost to PBA. The Contractor shall implement a Drug Free Workplace Program. The program shall include, but not be limited to, pre-work, reasonable suspicion, post-accident, and random drug screening. The cost of the Drug Free Workplace Program shall be borne by each employer and shall not be part of the cost of the Work. 3.12.Applicable Regulations The following listed regulations and supplements shall be adhered to by Contractor and sub-Contractor personnel. 3.12.1.Army, AMC and United States Army Armament Materiel Readiness Command Regulations, to include any PBA supplement thereto: AR 380-5DA Info Security Program AR 385-10 Army Safety Program PAM 385-10Army Safety Program PAM 385-64 Ammunition and Explosives Safety Standards 3.12.2.PBA Regulations PBAR 190-3Visitors, W/Change 1 PBAR 190-4Traffic Code PBAR 385-2Occupational Safety and Health Program PBAR 385-14Post Fire Regulations PBAR 385-31Hazardous Work Permit PBAR 34-2Standard Practice for Engineering Drawings This is a Sources Sought Notice (SS). This is not a solicitation for proposals, proposal abstracts or quotations. The purpose of this notice is to obtain information regarding the availability and capability of qualified contractors to provide services as stated in the "Project Requirements". Interested parties should respond by providing a Capability Statement, see paragraph entitled "Capability Statement/Information Sought". Project Requirements: See attached. Capability Statement/Information Sought: Respondents must provide, as part of their responses, information concerning each of the requirements listed above along with (a) staff experience with a resume showing recent and relevant experience in the last 3 years, including their availability, and training; (b) current in-house capability and capacity to perform the work and (c) examples of prior completed Government contracts of similar nature in the past 3 years, references, and other related information. Interested qualified contractors should submit a tailored capability statement for this requirement, not to exceed 10 single-sided pages (including all attachments, resumes, charts, etc.) presented in single-space and using a 12-point font size minimum, that clearly details the ability to perform the aspects of the notice described above. Information Submission Instructions: All Capability Statements sent in response to this SOURCES SOUGHT notice must be submitted electronically (via email) to: Gerald Haan, Contracting Officer, at gerald.b.haan.civ@mail.mil and Brian Ray, Contract Specialist at brian.l.ray.civ@mail.mil MS Word, WordPerfect, or Adobe Portable Document Format (PDF), by August 24, 2012 at 3:00 PM, CDT. All responses must be received by the specified due date and time in order to be considered. Disclaimer and Important Notes: This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any contractor responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the contractor's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published. However, responses to this notice will not be considered adequate responses to a solicitation.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/d12aa6025006a700b095f34e9f14a211)
- Place of Performance
- Address: ACC - Rock Island (ACC-RI) ATTN: AMSAS-AC, Rock Island IL
- Zip Code: 61299-6500
- Record
- SN02837129-W 20120815/120814000253-d12aa6025006a700b095f34e9f14a211 (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 |