Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 02, 2020 SAM #6852
SPECIAL NOTICE

R -- DTSA Organizational Transformation

Notice Date
8/31/2020 8:36:58 AM
 
Notice Type
Special Notice
 
NAICS
541618 — Other Management Consulting Services
 
Contracting Office
DEPT OF DEFENSE
 
ZIP Code
00000
 
Solicitation Number
HQ003420R0357
 
Response Due
9/4/2020 6:00:00 AM
 
Archive Date
09/19/2020
 
Point of Contact
Syreet Donald, Kimberly Darby
 
E-Mail Address
syreeta.a.donald.civ@mail.mil, kimberly.h.darby.civ@mail.mil
(syreeta.a.donald.civ@mail.mil, kimberly.h.darby.civ@mail.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
THIS IS NOT A REQUEST FOR QUOTE - THIS IS A NOTICE OF THE GOVERNMENT'S INTENT TO ISSUE A SOLE SOURCE AWARD to The Clearing, Inc., pursuant to the statutory authorized under provisions of 10 USC 2304(c)(1) Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements, and procured under the Federal Acquisition Regulation (FAR) 13.5, Simplified Procedures for Certain Commercial Items utilizing simplified acquisition procedures for sole source awards. The Department of Defense (DOD), Washington Headquarters Services, Acquisition Directorate, (WHS/AD) intends to award on a sole source basis a purchase order to The Clearing Inc., Cage Code: 58LH7 1250 Connecticut Ave, NW, Suite 625, Washington, DC 20036-2603. The Government anticipates a single purchase order for the following: 1. The continued use of The Clearing, Inc. PRIME Tools unique set of consultants, subject matter experts, tools and methodology provide the DTSA leadership actionable means to continue the organizational transformation initiated by the DTSA Director in January 2020 through three primary lines of effort: Change Management and Communication; Strategic Alignment and Execution; and Peak Performance Culture and Leadership Development.� The Justification and Approval (J&A) will be posted to the beta.SAM.gov website. The purchase order will be for a 1-year Base Period and one, 1-year Option Period for a total of two (2) years. 2. This support service is essential as The Clearing, Inc. tools provide the subject matter expert consultants, stakeholder interviews, leadership coaching and strategic alignment sessions previously procured to support DTSA�s culture and current leadership team, mission, and the Director and leadership team organizational transformation.� The Clearing Inc. PRIME tools and methodologies provides a human-centered framework for designing, implementing and sustaining complex initiatives and allows focus disparate strategic planning efforts for DTSAs leadership.� The PRIME tools and methodology to include the CORE PRIME and REDPOINT are proprietary to the Clearing, Inc. and not authorized for use by other contractors. 3. This notice of intent is NOT a request for quotations or competitive proposals. Requests for copies of a solicitation in response to this notice will not be honored or acknowledged. A determination by the Government not to compete this action based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered for the purpose of determining whether to conduct a competitive procurement is in the best interest of the Government. Any response to this notice must show clear and convincing evidence that the pending contract would not be advantageous to the Government. If no affirmative written response is received, the award will be issued without further notice 4. Interested parties may identify their interest and capability that provides sufficient details of its services by responding to this notice no later than 9:00AM (ET), September 4, 2020 by email to syreeta.a.donald.civ@mail.mil and kimberly.h.darby.civ@mail.mil. However, all information received will be considered by the Government. The primary North American Classification System (NAICS) code is 541618 Other Management Consulting Services. The size standard is $16.5M. NOTE: RESPONSES RECEIVED AFTER 9:00 AM (ET), September 4, 2020 WILL NOT BE ACCEPTED. No phone calls will be entertained. 5. All information submitted should support the firms� capability to provide the services required, and shall be furnished at no cost or obligation to the Government. The Government reserves the right to cancel the sole source award. All future information about this acquisition will be distributed solely through beta.SAM.gov website. Interested parties are responsible for monitoring beta.SAM.gov to ensure that they have the most up-to-date information about this acquisition. The anticipated award date is�10 September 2020.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/4e408eb1f3d84ffca1b050dedeb88297/view)
 
Place of Performance
Address: Alexandria, VA 22350, USA
Zip Code: 22350
Country: USA
 
Record
SN05779925-F 20200902/200831230146 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.