The RFP Database
New business relationships start here

Department of Labor (DOL) Human Resources Center (HRC) Leadership Training


District Of Columbia, United States
Government : Homeland Security
RFI
Go to the link
This document has expired, therefore the above link may no longer work.

 



Amendment 0002

Request for Information (RFI) Number: 1605DC-19-N-00003

SOURCES SOUGHT NOTICE

Department of Labor (DOL) Leadership Training

United States Department of Labor (DOL) Human Resources Center (HRC)


 


The purpose of Amendment 0002 of Request for Information (RFI) Number 1605DC-19-N-00003 is to:



1.  Post the "Questions and Answers" submitted in response to RFI Number 1605DC-19-N-00003.


2.  Extend the due date for Capability Package submission to FRIDAY, JANUARY 25, 2019, 1:00 PM EST.

 


Amendment 0001

Request for Information (RFI) Number:  1605DC-19-N-00003

SOURCES SOUGHT NOTICE

Department of Labor (DOL) Leadership Training

United States Department of Labor (DOL) Human Resources Center (HRC)


 
The purpose of Amendment 0001 of Request for Information (RFI) Number 1605DC-19-N-00003 is to:



1.  Extend the due date for Capability Package submission to FRIDAY, JANUARY 18, 2019, 1:00 PM EST.




  

SOURCES SOUGHT NOTICE

Department of Labor (DOL) Leadership Training

United States Department of Labor (DOL) Human Resources Center (HRC)

Request for Information (RFI) Number:  1605DC-19-N-00003


 
Brief Description: Sources Sought for the procurement of Contractor services to provide leadership training for all Department of Labor (DOL) staff including Supervisor, Manager, and Senior Executive Service (SES) training services to support the DOL Human Resources Center (HRC).


Please refer to the attached Performance Work Statement (PWS) for additional information related to the requirement.



Response Date:     January 7, 2019; 1:00 PM/EST


Contract Specialist:     James Johnson / E-Mail:  johnson.james.m@dol.gov


NAICS Code:     611430


Product Service Code:     U099


Attached Document:     PWS for HRC Leadership Training Sources Sought - RFI # 1605DC-19-N-00003



Place of Performance:  The work to be performed under this contract will be performed on-site at the Department of Labor (DOL) National Office located at: 200 Constitution Avenue, N.W., Washington, D.C. 20210 as well as various DOL locations throughout the country.  Locations include regional offices located in Boston, New York, Chicago, Atlanta, Dallas, Philadelphia and San Francisco. Additional locations may be added as needed.


This sources sought announcement is for information and planning purposes only; it is not to be construed as a commitment by the Government.


A contract may not be awarded as a result of this sources sought announcement. The Department of Labor (DOL) Office of the Assistant Secretary for Administration and Management (OASAM) Office of Procurement Services (OPS), on behalf of the Human Resources Center (HRC), intends to procure Contractor services to provide leadership training for all DOL staff including Supervisor, Manager, and SES training services using small business set-aside procedures in accordance with FAR Part 19 or under full and open competitive procedures.


If at least two small business concerns are determined by the Government to be capable of performing this requirement based on the evaluation of the capability packages submitted by 1:00 PM/EST, January 07, 2019, the requirement will be solicited as a 100% set-aside for small business concerns in accordance with FAR Part 19.

If capability packages are not received from at least two responsible small business concerns in accordance with FAR Part 19 by the response date or if the Government determines that no small business concerns in accordance with FAR Part 19 are capable of performing this requirement based upon an evaluation of the capability packages submitted; this requirement will be solicited under Full and Open Competitive Procedures.


The Government seeks capability packages ONLY FROM companies designated as a Service Disabled Veteran Owned Small Business (SDVOSB) or a Women Owned Small Business (WOSB).



Interested small business concerns in NAICS Code 611430 with a size standard of $11 Million are encouraged to submit their capability packages.


The capability packages for this Sources Sought market survey are not expected to be proposals, but rather statements regarding the company's existing experience in relation to the areas specified in the Performance Work Statement (PWS).  Capability packages must not exceed 25 pages and must be submitted electronically.


All Contractor questions must be submitted no later than 1:00 PM EST, December 27, 2018.



Small business concerns are to outline their experiences in the following:



Understanding of the Requirement.  The Vendor must demonstrate a clear understanding of the project as identified in the PWS, and cite examples to support this understanding.

1. Explain a minimum of 3 or more years of experience the Offeror has with the design, delivery and evaluation of federal career Senior Executive Service (SES) training/facilitation as identified in the PWS, and cite examples to support this experience and understanding.


See PWS: Part 1, Section 1.2, Section 1.3, Section 1.4, Section 1.6.11, Section 1.6.13, Part 5, Section 5.2, 5.3 and 5.4.


2. Capabilities and Infrastructure. The Offeror shall include a description of the contractor's unique technical qualifications to be able to successfully perform the PWS tasks. The Vendor should have a preferred five (5) or more years of experience providing a uniquely tailored program that includes a mentoring program that pairs our mentee's with previous Federal senior executives, executive coaching, coach-led action learning projects and program evaluation and analysis that includes measuring participant reactions, changes in learning and behavior and the changes in teams and organizational results.
 
See PWS: Part 1, Section 1.2, Section 1.3, Section 1.4, Section 1.6.11, Section 1.6.13, Part 5, Section 5.2, 5.3 and 5.4.


3. Explain a minimum of 3 or more years' experience the Offeror has with the design, delivery and evaluation of an aspiring and current front line supervisors and manager's in-person, interactive, soft skills leadership training for federal employees at various locations throughout the United States.


See PWS: Part 1, Section 1.2, Section 1.3, Section 1.4, Section 1.6.11, Section 1.6.13, Part 5, Section 5.2, 5.3 and 5.4.


4. Please indicate whether you intend to deliver training services as a Prime Contractor or through subcontracting.

Please indicate the anticipated percentage of work to be performed in the following areas:


Activity / Task                              Prime Contractor %               Subcontractor %

Training Needs Assessment and Analysis
 
Instructional Design

Content Development

Development of training materials (manuals, binders, handouts etc.) 

Training logistics (shipment of training materials, coordination, etc.)

Training Delivery / Facilitation

Executive Coaching of Federal SES

Training Evaluation



See PWS: Part 1, Section 1.2, Section 1.3, Section 1.4, Part 5, Section 5.2, 5.3 and 5.4.



5. The Offeror shall submit a quality assurance plan which outlines the contractor's methodology for quality assurance. The contractor shall indicate how they plan to deliver acceptable quality work products as required by the PWS.


6. Explain a minimum of 3 or more years' experience the Offeror has with performing one-one one executive coaching to senior federal leaders, including SES. Please include resumes of current executive coaches.
See PWS, Part 1, Section 1.6.11, 1.6.12



SPECIAL NOTES:


1. Areas or tasks where a Contractor does not have prior experience should be annotated as such.


2. "Teaming" is encouraged.  See Federal Acquisition Regulation (FAR) Subpart 9.6-Contractor Team Arrangements, and FAR 52.219-14-Limitations on Subcontracting (2011).



To assist us in maintaining a list of interested small business concerns for this potential procurement, please provide your company's name, point of contact (POC), address, phone number, and business size under the above NAICS code to James Johnson for this procurement.


The Government anticipates awarding a Single Award, hybrid Blanket Purchase Agreement (BPA) consisting of Firm Fixed Price (FFP) and Labor Hour (LH) Contract Line Item Numbers (CLINs). The anticipated period of performance will be one (1) Base Year of twelve (12) months, and four (4) twelve (12) month Option Years.


Interested Offerors should submit the information annotated above by January 07, 2019; 1:00 PM/EST to:     johnson.james.m@dol.gov.

Please include company name, address, telephone number, and technical point of contact, brochures/literature.  Submissions shall not exceed 25 pages (8 x 11 inches), not including pictures and brochures.  Format of submissions shall be in accordance with outline provided above.  Font shall be 12 pitch with one inch borders.  All information is to be submitted at no cost or obligation to the Government.  All information marked (Proprietary to company name) will not be disclosed outside of the Department of Labor.



NO TELEPHONE INQUIRIES WILL BE ACCEPTED. The documentation provided will not be returned. This is a sources sought notice only and is for planning purposes only.



THIS IS NOT A SOLICITATION AND DOES NOT OBLIGATE THE GOVERNMENT TO ISSUE A SOLICITATION.


 


JAMES M. JOHNSON, LEAD CONTRACT SPECIALIST, Email JOHNSON.JAMES.M@DOL.GOV

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP