DOCUMENT
U -- Market Research for VAAA Neuro Rehabilitation Management Services - Attachment
- Notice Date
- 4/13/2018
- Notice Type
- Attachment
- NAICS
- 541690
— Other Scientific and Technical Consulting Services
- Contracting Office
- Strategic Acquisition Center - Frederick;Department of Veterans Affairs;321 Ballenger Center Drive, Suite 125;Frederick MD 21703
- ZIP Code
- 21703
- Solicitation Number
- 36C10X18Q9100
- Response Due
- 4/20/2018
- Archive Date
- 5/20/2018
- Point of Contact
- nathan.bradley2@va.gov
- E-Mail Address
-
Hunley@va.gov<br
- Small Business Set-Aside
- N/A
- Description
- The Department of Veterans Affairs (VA) is issuing this RFI in accordance with FAR 15.201(e). The agency does not intend to award a contract but rather gather information on capability, delivery and other market information pertinent for acquisition planning. The result of this market research will contribute to determining the method of procurement and identify parties having an interest in and the resources to support this requirement for the following: 1.0 Overview The Government is interested in gaining knowledge of potential businesses that would be able to provide an on-site performance based service geared towards helping veterans enter the workforce. The program is based on helping the participants overcome any physical, psychological, or emotional challenges and also equip them with personal performance enhancing skills to ease their transition from the military into a civilian workforce. The performance base program will provide approximately 60 veteran interns with training and coaching that will enable them to improve their emotional control and mental capacity. This, in turn, improves their readiness and over all lifestyle. This program will enhance their readiness to matriculate into a rigorous certification program designed to provide the technical training leading to a Federal Acquisition certification in Contracting (FAC-C). Objectives Desired VAAA W2W Performance Program Support Provide full-time Performance Trainers (Key Personnel) whose qualifications include: Experience working with military members and/or Veterans. Demonstrated experience applying evidence-based practices and outcome metrics that suggest their efforts increase the success of Veterans with disabilities in academic programs and careers, particularly in the challenging field of contracting. Hold advanced degrees in performance psychology and be certified by the Biofeedback Certification International Alliance (BCIA). Experience in curriculum development and delivery. Technology and Equipment Use leading-edge biofeedback and neuroscience technologies with measurable data and provide on-site equipment and software required to deliver performance training as identified in this Statement of Objectives. Assessments and Analysis Provide the following assessments and/or analysis as it relates to the performance program: Conduct empirically based qualitative and quantitative analyses to measure individual intern progress. Provide monthly feedback to W2W Program Managers to include Progression Analysis, resulting in the capture of Veteran interns progression through the performance training program. Conduct data analysis to create progress assessments as requested by the VAAA. At a minimum, these will include a beginning, mid-program and end-of-program analysis of group progress. Identify methods to quantify participant s growth and development. Document overall efficacy of the performance program through the evaluation of the program s aggregate data. Utilize evaluations or other assessments to document qualitative factors of interns level of effort and engagement. Individualized Coaching Provide individualized coaching for goal setting, positive thinking, stress-energy management and attention control through visualization, imagery and interactive exercises. Individualized coaching should: Utilize leading-edge biofeedback and neuroscience technologies to improve participant performance. Incorporate individualized one-on-one meetings/sessions with each Veteran intern every other week. Utilize a measureable daily brain training software application to enhance learning capacity, such as overall comprehension and recall to be conducted by each Veteran intern. Group Instruction Provide group instruction and develop curriculum designed to reinforce learning and understanding of interpersonal skills, stress management, teamwork, communication and critical thinking, to include: Group instruction conducted during Multi-day orientation, focusing on initial stress evaluation and stress management to help Veteran interns acclimate to their new workplace environment. Monthly group instructions totaling four hours in length as either multiple sessions or one session on various subjects relevant to the enhancement of performance. Administrative Meetings Attend weekly meeting and provide input on the status of the intern s progress to the program management team and, if necessary, ad hoc updates to the participant s program managers on critical information impacting intern performance. Reports Provide the following reports to W2W Program Management: Provide a monthly schedule of appointment dates and times for individualized coaching sessions. Report the total time spent with each Veteran intern on a monthly basis. Maintain Veteran intern performance program records capturing historical performance and progression. Report any issues or concerns with Veteran intern performance with appropriate W2W Program Management staff. Student Guide Provide an interactive student guide to include pre and post training work. Constraints: Place of Performance: The VA Acquisition Academy Internship School is located at 7485 New Horizon Way, Frederick, MD 21703. No travel shall be required during performance. The predominate network operating system used in the organization is Microsoft Windows. The Government will not be responsible for any relocation expenses associated with moving contractor personnel. Security and Privacy Requirements: Contractor personnel providing services under the contract shall be required to successfully pass various background investigations for use of the VA network and access to the government facility. Instructions for background check to be given after Award. The Contractor shall comply with all Federal and VA security regulations and policies during performance. The contractor will not provide clinical counseling services, but will be providing non-clinical coaching services which may lead to the receipt of highly personal intern information. Communications between the trainer(s) and interns not directly related to performance will fall under a confidentiality agreement. Hours of Contractor Operations: Contractor personnel performing on this contract shall maintain a work schedule that coincides with the schedule of the VA Acquisition Academy Internship School. Contractor personnel shall provide services on normal Federal Government workdays during the core hours of 8:00 a.m. to 4:30 p.m. Monday through Friday. Services at VAAA shall not occur on Federal holidays or weekends unless authorized in advance by the COR. This is a SOURCES SOUGHT ANNOUNCEMENT ONLY. It is neither a solicitation announcement nor a request for proposals or quotes and does not obligate the Government to award a contract. Requests for a solicitation will not receive a response. This request for capabilities information does not constitute a request for proposals; submission of any information in response to this market survey is purely voluntary; the government assumes no financial responsibility for any costs incurred. Your responses may be shared with all stakeholders, thus the information received will not be considered proprietary. Responses to this Sources Sought must be in writing. The purpose of this Sources Sought Announcement is for market research to make appropriate acquisition decisions and to gain knowledge of potential qualified Service Disabled Veteran Owned Small Businesses (SDVOSBs), Veteran Owned Small Businesses (VOSBs), and other Small Businesses interested and capable of providing items requested, as well as any large businesses. Responses to this notice shall include the following: (a) company name (b) address (c) point of contact (d) phone, fax, and email (e) DUNS number (f) Cage Code (g) Tax ID Number (h) Type of small business, (e.g. SDVOSB, VOSB, 8(a), HUB-Zone, Women Owned Small Business, or Small Disadvantaged Business), (i) GSA Contract # and SIN if applicable, and (j) must provide a capability statement that addresses the organization s qualifications and ability to perform as a contractor for the work described below. In addition to a capability statement, please provide a price estimate based on a program for approximately 60 interns. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. The Government will in no way be bound to this information if any solicitation is issued. Notice to Potential Offerors: All Offerors who provide goods or services to the United States Federal Government must be registered in the System Award Management (SAM located on the web at www.sam.gov). Additionally, all SDVOSBs and VOSBs who respond to a solicitation on this project must be registered with the Department of Veterans Affairs Center for Veterans Enterprise VetBiz Registry located at http://vip.vetbiz.gov. To properly apply the VA Rule of Two IAW 38 USC 8127(d), Contracting Officers are required to verify that all SDVOSBs and VOSBs who are interested parties are VIP Verified during entire acquisition process. All interested Offerors should submit information no later than 1:00PM ET April 20th 2018 to: Nathan Bradley David Hunley Juan Perez Contract Specialist Contract Specialist Contract Specialist Department of Veterans Affairs David.Hunley@va.gov Juan.Perez4@va.gov SAC-Frederick Phone: 202-412-6433 nathan.bradley2@va.gov All information submissions to be marked Attn: Nathan Bradley, Contract Specialist and should be received no later than 1:00 pm Eastern Time on Friday April 20th 2018.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/AFMLOVASS/VASSMD/36C10X18Q9100/listing.html)
- Document(s)
- Attachment
- File Name: 36C10X18Q9100 36C10X18Q9100.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4227160&FileName=36C10X18Q9100-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4227160&FileName=36C10X18Q9100-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C10X18Q9100 36C10X18Q9100.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4227160&FileName=36C10X18Q9100-000.docx)
- Place of Performance
- Address: Veterans Affairs Acquisition Academy (VAAA);7485 New Horizon Way;Frederick, MD
- Zip Code: 21703
- Zip Code: 21703
- Record
- SN04888700-W 20180415/180413230614-609f762a116a2a52f826eb254df84b98 (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 |