United States - Trainer for 2.5Day Leadership Development Program

For more information and to make a bid you will need to go to the third party website.

Details

Provided by Open Opps
Opportunity closing date
27 June 2019
Opportunity publication date
21 June 2019
Value of contract
to be confirmed
Your guide to exporting
Report opportunity

Description

Added: Jun 20, 2019 2:18 pm

Combined Synopsis/Solicitation Number: W912HQ-19-R-0003 - Request for Offers
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format FAR
12.603 - Streamlined Solicitation for Commercial Items, as supplemented with additional information
included in this notice. This announcement constitutes the only solicitation. Offers are being requested and a
written solicitation will not be issued. This solicitation document and incorporated provisions and clauses are
those in effect through Federal Acquisition Circular 2005-88, effective 15 June 2016.

The requirement is for a 100% Woman Owned small business set-aside under NAICS code 611430,
Professional and Management Development Training. The size standard for this NAICS codes is
$11,000,000.00.
Description: The U.S. Army Corps of Engineers Human Resources Directorate (CEHR) is in need of high quality
leadership development training in July 2019 for the Emerging Enterprise Leaders Program (ELP)
participants in accordance with the prescribed curriculum. The ELP is a multi-faceted leadership and
management development program, which helps participants: 1) identify, understand, and develop individual strengths and use those strengths to build teams/relationships; 2) formulate team strategies; and 3) apply their skills and strengths for both self-development and team success.
Contract Line Items: This requirement and associated contract line item number (CLIN) is provided below:
CLIN# Model Quantities Units of Measure Unit Price Total
0001 Develop/deliver training 2.5 Each
Basis for award: The Government will award a contract resulting from this combined synopsis
solicitation on the basis of the lowest evaluated price of responsible offers whose service meets the
requirements as listed in the performance work statement. Offerors must submit the following documents
for this solicitation: a price quote using CLIN structure above and technical information providing enough information to determine whether or not the services being offer meet the requirements of the
performance work statement.
Offerors are required to be actively registered with the System for Award Management (SAM) at
www.sam.gov prior to award. Offerors are highly encouraged to download and review all attachments to
this solicitation prior to submitting an offer.
Period and Place of Performance:
Two and a half days training on 27-29 July 2019 at USACE Headquarters located:
441 G. Street NW
Washington, DC 20314-1000
Date, Time, and Place Offers are Due: The closing date for the delivery of a response to this combined
synopsis/solicitation is on or before 2:00 pm Eastern Daylight Time (EDT), on Friday, 28 June 2019.
Offers should be e-mailed or mailed to the Point of Contact (POC) shown below by the closing date and
time. If offers are mailed, an electronic version of the offer (i.e. CD, DVD, etc.) should accompany the
paper copy. If an offer is e-mailed to the POC shown below, it is the offeror's responsibility to ensure
that the transmission is received by the Government prior to the closing date and time. Upon receipt of an
electronic offer, the Government will acknowledge receipt of that offer via email to the offeror.
POC - Primary:
Address:
Phone:
E-mail:
Angela D. Hampton, Contract Specialist
US Army Humphreys Engineer Center Support
Activity CECT-HC
7701 Telegraph Road
Alexandria, VA 22315-3860
703-428-7110
angela.d.hampton@usace.army.mil
POC - Secondary:
Phone:
E-mail:
Amanda E. Eaton Contracting
Offficer 703-428-6318
amanda.e.eaton@usace.army.mil
PERFORMANCE WORK STATEMENT
2.5-Day Training Contract for the 2019 USACE Emerging Enterprise Leaders Program
1. GENERAL:
The U.S. Army Corps of Engineers Human Resources Directorate (CEHR) is in need of high-quality
leadership development training in July 2019 for the Emerging Enterprise Leaders (EEL) participants in
accordance with the prescribed curriculum. The EEL is a multi-faceted leadership and management
development program, which helps participants: 1) identify, understand, and develop individual strengths
and use those strengths to build teams/relationships; 2) formulate team strategies; and 3) apply their skills
and strengths for both self-development and team success.
The training will be delivered to no more than 30 individuals at HQ, USACE (Government Acountability Office)
l4O41O OGO SftfrieOetf fNicWeB Wuiladsihnign)g ltocna DteCd a2t0 3 14-1000 over the course of two and half consecutive days, and will address the
following specific topics:
- Team Development
The facilitator will conduct team building activities and strategies to help build cohesion amongst the EEL
parricipants and enhance interpersonal communication skills.
- Strategic Thinking and Creative Problem Solving - As part of the EEL program, participants are expected
to work as members of a team using problem solving, partnering, and interpersonal skills to solve a
complex organizational problem, and subsequently present their solution to the USACE Command Council
during the 4th Quarter Executive Governance Meeting.
The facilitator will guide participants through the problem solving process in preparation for their
Command Council presentation. This includes helping the participants brainstorm potential presentation
topics, develop a business case, and provide strategies for the group presentation.
Self-Awareness and Self-Development - The facilitator must be certified to administer one of the
following assessments to help participants identify, understand, and develop individual strengths and
to apply their strengths for both self-development and team success.
- Strength Deployment Inventory (Strongly Preferred)
- Kolb Learning Style Inventory
- DiSC Profile
- Thomas-Kilman Conflict Mode Instrument
Leadership Attributes - The Facilitator must have knowledge of the book "The Power of Positive Leadership"
by Jon Gordon and be able to lead a book discussion.
Background:
The USACEs Civilian Corps is one of our most valuable resources. As such, we must continue to expand and
enhance our current Civilian professional and leadership development program, designed to meet Army's long
term performance needs in the most productive and efficient ways possible. The USACE EEL Program is a
12 month program and establishes the means to identify and develop emerging GS-11 and GS12 (and
equivalent) employee and Soldiers (Non-Commissioned Officers in the grades E-6 and E7, Warrant Officers,
Lieutenants, and Captains) with potential and desire for increased leadership responsibility.
Objectives:
• 2.5-consecutive-day training in July 2019, which covers the above-specified topics.
Scope:
The contractor shall administer, manage, and perform the duties and responsibilities as defined in the
attached PWS.
Tasks /Reports/Requirements:
Task 1: Develop training materials (slides and illustrative exercises), which cover the above-specified
topics.
Task 2: Deliver a 2.5-day training in July 2019 for no more than 30 participants.
Security Requirements: The Contractor must pre-screen candidates using the E-verify Program
(http://www.uscis.gov/e-verify) website to meet the established employment eligibility requirements. The
vendor must ensure that the candidate has two valid forms of Government issued identification prior to
enrollment to ensure the correct information is entered into the E-verify system. An initial list of
verified/eligible candidates must be provided to the COR no later than three business days after the initial
contract award.
All contractor and all associated sub-contractor employees shall comply with applicable installation,
facility and area commander installation/facility access, and local security policies, and procedures
(provided by government representative). The contractor shall also provide all information required for
background checks to meet installation/facility access requirements to be accomplished by installation
Provost Marshal Office, Director of Emergency Services or Security Office. Contractor workforce must
comply with all personal identity verification requirements (FAR clause 52.204-9, Personal Identity
Verification of Contractor Personnel) as directed by DOD, HQDA and/or local policy. In addition to the
changes otherwise authorized by the changes clause of this contract, should the Force Protection
Condition (FPCON) at any installation or facility change, the Government may require changes in
contractor security matters or processes.
Contractor and all associated sub-contractors employees shall comply with adjudication standards and
procedures using the National Crime Information Center Interstate Identification Index (NCIC-III) and
Terrorist Screening Database (TSDB) (Army Directive 2014-05 / AR 190-13), applicable installation,
facility and area commander installation/facility access and local security policies and procedures
(provided by government representative, as NCIC and TSDB are available), or at OCONUS locations, in
accordance with status of forces agreements and other theater regulations.
SOLICITATION PROVISIONS:
The following provisions and clauses are applicable to this solicitation and can be found in full text at
www.acquisition.gov/far or http://farsite.hill.af.mil :
52.212-1 Instructions to Offerors--Commercial Items
52.212-3 Offeror Representations and Certifications
- Commercial Items
52.212-4 Contract Terms and Conditions--Commercial Items
52.232-40 Providing Accelerated Payments to Small Business Subcontractors
252.203-7000 Requirements Relating to Compensation of Former DoD Officials
252.203-7002 Requirement to Inform Employees of Whistleblower Rights
252.204-7003 Control Of Government Personnel Work Product
252.204-7012 Safeguarding of Unclassified Controlled Technical Information
252.232-7003 Electronic Submission of Payment Requests and Receiving Reports
252.232-7010 Levies on Contract Payments
52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders.
The following FAR Clauses cited within 52.212-5 are applicable to this acquisition
52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards
52.209-6 Protecting the Government's Interest When Subcontracting with Contractors
Debarred, Suspended, or Proposed for Debarment
52.219-3 Notice of HUBZone Set-Aside or Sole-Source Award
52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns
52.219-6 Notice of Total Small Business Set-Aside
52.219-6 Alt I Alternate I of 52.219-6
52.219-6 Alt II Alternate II of 52.219-6
52.219-13 Notice of Set-Aside of Orders
52.219-27 Notice of Service-Disabled Veteran-Owned Small Business Set-Aside
52.219-28 Post Award Small Business Program Rerepresentation
52.219-29 Notice of Set-Aside for Economically Disadvantaged Women-Owned Small Business
52.219-30 Notice of Set-Aside for Women-Owned Small Business (WOSB) Concerns
Eligible Under the WOSB Program
52.222-3 Convict Labor
52.222-19 Child Labor-Cooperation with Authorities and Remedies
52.222-21 Prohibition of Segregated Facilities
52.222-26 Equal Opportunity
52.222-35 Equal Opportunity for Veterans
52.222-36 Equal Opportunity for Workers with Disabilities
52.222-37 Employment Reports on Veterans
52.222-50 Combating Trafficking in Persons
52.222-54 Employment Eligibility Verification
52.223-15 Energy Efficiency in Energy-Consuming Products
52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving
52.225-3 Buy American--Free Trade Agreements--Israeli Trade Act
52.225-3 Alt I Alternate I of 52.225-3
52.225-3 Alt II Alternate II of 52.225-3
52.225-3 Alt III Alternate III of 52.225-3
52.225-13 Restrictions on Certain Foreign Purchases
52.232-33 Payment by Electronic Funds Transfer-System for Award Management
52.239-1 Privacy or Security Safeguards
52.222-41 Service Contract Labor Standards
52.222-42 Statement of Equivalent Rates for Federal Hires
52.222-51 Exemption from Application of the Service Contract Labor Standards to
Contracts for Maintenance, Calibration, or Repair of Certain Equipment--
Requirements
52.222-53 Exemption from Application of the Service Contract Labor Standards to
Contracts for Certain Services--Requirements
52.226-6 Promoting Excess Food Donation to Nonprofit Organizations
52.212-2 EVALUATION--COMMERCIAL ITEMS
(a) The Government will award a contract resulting from this solicitation to the responsible offeror whose
offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered.
The following factors shall be used to evaluate offers:
Factor 1 - Technical. Under this factor, the Government will evaluate the offerors' level of understanding
of the work to be performed related to this requirement and the information provided in the performance
work statement. Under this factor, services offered will be determined "technically acceptable" or
"technically unacceptable".

Factor 2 - Price. The offeror's price proposal will be evaluated using the price analysis techniques
described at FAR 13.106-3(a) to determine which proposal offers the total evaluated lowest price to the
Government.
The basis for award is Lowest Price Technically Acceptable. Only offers which meet the minimum technical capability, will be further evaluated under price. Award will be made to the Lowest Priced Technically Acceptable offeror.

(A) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the
Government to exercise the option(s).
(B) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.
(End of provision).

Opportunity closing date
27 June 2019
Value of contract
to be confirmed

About the buyer

Address
Department of the Army USACE, DOC HECSA United States

The deadline to apply for this opportunity has passed.
Visit the opportunities page to find another.

Is there anything wrong with this page?