Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 03, 2012 FBO #3966
SOLICITATION NOTICE

X -- OPM Leadership Assessment Center for Individual Assessments. - Package #1

Notice Date
10/1/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
Office of Personnel Management, Center for Contracting, Facilities & Administrative Services, Contracting, 1900 E Street, N.W., Room 1342, Washington, District of Columbia, 20415-7710, United States
 
ZIP Code
20415-7710
 
Solicitation Number
OPM2612R0038
 
Archive Date
10/24/2012
 
Point of Contact
Benjamin G. Delaney, Phone: 2026061924
 
E-Mail Address
Benjamin.Delaney@opm.gov
(Benjamin.Delaney@opm.gov)
 
Small Business Set-Aside
N/A
 
Description
Solicitation This is a combined synopsis/solicitation for a commercial service prepared in accordance with Federal Acquisition Regulation (FAR) Subpart 12.102 (g) and 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 Solicitation number is: OPM2612R0038 and is issued as a Request for Proposal (RFP). This solicitation document incorporates all mandatory commercial item provisions and clauses that are in effect through Federal Acquisition Circular (FAC) 2005-61 dated September 13, 2012. The North American Industrial Classification System (NAICS) code is 721110, and the small business size standard is $30.0 million. This procurement is reserved exclusively for Embassy Suites large and small business to submit Proposals. Embassy Suites has the suite style set up, with all suites located on a single floor to ensure exercises can be executed according to strict timeframes and participants are able to easily move from their designated "office space" to rooms for interactive exercises. This specifically refers to a living area and sleeping area within each room. The sleeping area has a door that closes off completely and completely blocks the view of the sleeping area from the living area in order to simulate an "office space" for each of the participating candidates. Additionally, a lobby and/or hallway configuration that minimizes noise, prevents the assessment process from being disturbed by hallway activities (e.g., housekeeping, other hotel guests), and enables staff to monitor the activities of up to 12 participants is required to ensure the assessment process is not disturbed (e.g., an open atrium or similar configuration). This requirement is needed to provide assessment services to client agencies. The OPM Leadership Assessment Center (LAC) is designed to simulate the "day in the life" of a government manager or executive. Participants will assume the role of a director in a fictitious agency. Throughout the day, participants are required to complete a series of assigned tasks, address several problems facing the agency, interact with other participants and/or trained role players, and produce a written product. Collectively, the exercises are designed to simulate the high visibility, rapid response activities prevalent in a manager's workday. The LAC was first created late in FY 2002. Since that time, the product line has expanded to include a variety of alternate forms to meet customer specific requirements. To date, the assessment center has been utilized in 15 different agencies. Additional assessment centers are being discussed with customers on an ongoing basis. The LAC is typically conducted in various federal agencies approximately six (6) times per year. Each time we intend to conduct the assessment we have to work through the vendor acquisition process by contacting vendors, requesting proposals, amending proposals, and filing paperwork with contracting. These efforts take a considerable amount of time and increase the administrative burden of staff members that are meant to perform their technical duties. This increases the cost of the assessment to each agency. Much time and money could be saved by eliminating this process and implementing BPAs with hotels in the Washington, DC metro area. Payment to cover the cost of this requirement is offset by the customer payment. The current method of payment between HR Solutions and the client agency is to establish an Interagency Agreement, which allows the client agency to set aside a portion of their appropriated funds to pay for our services, including the LAC. Those funds are then placed in our revolving fund to cover any costs we incur while servicing the client agency. These costs include but are not limited to: travel and per diem, consulting costs, vendor costs, and administrative costs (i.e. copying, faxing, and printing). Leadership and Talent Management Solutions' Individual Assessment Group (LTMS/IOAE/IA) requires 14 hotel rooms to function as candidate office/work space during an assessment center. Additionally, one conference room to accommodate a group of 8-10 persons is required for the administration of several assessments. In support of this mission, Human Resources Solutions/Leadership and Talent Management Solutions/Human Resources Strategy and Evaluation Solutions/Individual and Organizational Assessment and Evaluation (HRS/LTMS/HRSES/IOAE) has a need for facilities in the Washington, DC metropolitan area to provide suite style hotel space for the OPM Leadership Assessment Center. This requirement is needed to provide assessment services to client agencies. The contractor shall provide all labor, incidental materials, and other services necessary to render services under the resulting contract. Note: The overnight accommodations and food and beverage services cannot exceed the federal daily per diem rates. OPM anticipates awarding a maximum of eight (8) Fixed Price Blanket Purchase Agreements as a result of this solicitation. The Period of Performance (POP) shall be five years (base year and two (2) one-year option periods) from the date of award. Only e-mailed requests for additional information will be accepted at Benjamin.Delaney@opm.gov through 12:00 Noon Eastern Standard Time, October 4, 2012. Technical and Pricing proposals MUST be in two separate volumes. Each of the parts shall be separate and complete, so that evaluation of one may be accomplished independently of and concurrently with the evaluation of the others. If your technical and price proposal is not submitted in two separate files, your response to this solicitation will be considered non-responsive and withdrawn from consideration. Interested offerors must submit their technical and price proposals in separate files via email to: Benjamin.Delaney@opm.gov by 4:00 Eastern Standard Time (EST), October 9, 2012.   Communications: All communications shall be directed to the attention of: Name: Benjamin Delaney Title: Contracting Specialist Benjamin.Delaney@opm.gov NOTE: COMMUNICATIONS WITH OTHER OFFICIALS OTHER THAN THE OPM CONTRACTING OFFICIAL INDICATED ABOVE, MAY COMPROMISE THE COMPETITIVENESS OF THIS ACQUISITION AND RESULT IN THE CANCELLATION OF THE SOLICITATION. Vendors not registered in the System for Award Management (SAM) database and not registered in the VETS-100 database at the time the requirement is to be awarded will not be considered. If an offeror does not meet the requirements of filing a VETS100/100A report, the offeror must provide a screenshot from the USDOL website that VETS100/100A reporting is not required with the offeror's proposal. Vendors may register with SAM by calling 1-866-606-8220, or by accessing www.sam.gov. NOTE: THIS IS NOT A SOLICITATION FOR EVENT PLANNING SERVICES. TEAMING/ SUBCONTRACTING ARRANGEMENTS WITH HOTELS WILL BE CONSIDERED NON RESPONSIVE
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/OPM/OCAS/CD/OPM2612R0038/listing.html)
 
Place of Performance
Address: TBA, United States
 
Record
SN02905247-W 20121003/121001234516-9b5b0a1b9abcc7fd6a9f9f3d56c220da (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.