United States - NCI/OWPD Workforce Training and Facilitation Services

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
19 June 2019
Opportunity publication date
06 June 2019
Value of contract
to be confirmed
Your guide to exporting
Report opportunity

Description

Added: Jun 05, 2019 4:03 pm

Issued By:
National Cancer Institute (NCI),
Office of Acquisitions (OA)
http://www.nci.nih.gov or http://rcb.cancer.gov/rcb-internet/

Key Dates:
Capability Statement Due Date: June 19, 2019 by 11:00AM EST
This Small Business Sources Sought Notice (SBSS) is for information and planning purposes only and shall not be construed as a solicitation or as an obligation on the part of the National Cancer Institute (NCI).
The purpose of this Sources Sought Notice is to identify qualified small business concerns including 8(a), HUBZone or Service-Disabled Veteran-owned business concerns that are interested in and capable of performing the work described herein. The NCI does not intend to award a contract on the basis of responses received nor otherwise pay for the preparation of any information submitted. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. An organization that is not considered a small business under the applicable NAICS code should not submit a response to this notice. This requirement is assigned North American Industry Classification System (NAICS) code 541990 with a size standard of $15.0 M is being considered.
As a result of this Sources Sought Notice, the NCI may issue a combined synopsis solicitation through FedBizOpps. THERE IS NO SOLICITATION AVAILABLE AT THIS TIME. However, should such a requirement materialize, no basis for claims against the NCI shall arise as a result of a response to this Sources Sought Notice or the NCI's use of such information as either part of our evaluation process or in developing specifications for any subsequent requirement.
The U.S. Department of Health and Human Services, National Institutes of Health, National Cancer Institute (NCI), Office of Workforce Planning and Development (OWPD) is committed to the training and development of its employees. The importance of its mission and the complexity of the research conducted by a highly skilled workforce requires a cutting-edge approach to human capital and workforce planning and development in order to attract, retain and continuously educate/train current and future employees. Through the OWPD, the NCI provides many opportunities for growth via a number of initiatives, projects and ongoing programs which support and advance the NCI mission. As part of this effort, and to ensure continued excellence, OWPD requires subject matter experts, qualified coaches, and other services that will enable OWPD to meet the needs of a diverse and highly productive workforce. This will enable NCI, and specifically the OWPD, to provide superior maximum resources and services to its growing and changing workforce.

The purpose of this procurement is to provide unique human capital support, strategic workforce planning and executive coaching to facilitate and advance the overall goals and objectives of the OWPD, and meet the needs of the NCI employees.
TASK AREAS / SERVICES TO BE PROVIDED

1.0 EXECUTIVE, LEADERSHIP & GROUP COACHING SESSIONS
The Contractor shall provide executive, leadership and group coaching services to assigned individuals/groups utilizing the existing NCI Executive Coaching model (Sherpa) to support current OWPD programs. Each coaching engagement shall not exceed 14 hours of face-to-face meetings for individual coaching engagements or 15 hours for group coaching assignments.
Coaching engagements shall be conducted face-to-face, in the DC metro area, as specified in each task order. The Contractor shall provide all relevant materials to use during the coaching sessions.

2.0 ADVANCED PLANNING, PREPARATION & FACILITATION
The Contractor shall provide training and facilitation of group sessions, on an as needed basis, in which the Contractor is a subject matter expert in the area to be instructed. The Contractor shall plan individual or group coaching sessions and attend specific meetings related to tasks outlined in section 1.0 including, but not limited to, orientations, workshops, debriefs/informational sessions and conference calls. The Contractor shall only be present for the portion or time needed to collect data, including but not limited to any of the tasks listed below:
• Pre- and post-planning time for individual/group coaching sessions
• Workshop design and debrief with OWPD employees
• Coach selections, collecting workforce data
• Writing reports for workforce planning/human capital initiatives or other assignments making recommendations
• Analyzing data
• Making presentations for info sessions which require Contractor expertise
• Conference calls
• Preparing materials, handouts, and other documents for workshops, group coaching sessions and info sessions
The Contractor shall attend Program events, as needed, on the NIH campus, Shady Grove or Frederick campus. These events include but are not limited to the following scheduled events:
• Senior Executive Enrichment & Development (SEED) Program Orientation
• Team Building Sessions
• The Empowered Supervisor (TES) Program Orientations
• Leadership Education and Action Program (LEAP) Program Orientations
• Other ongoing events which require Contractor services and are requested by OWPD customers
• Conference calls

3.0 NCI EXECUTIVE SUPPORT
The Contractor shall provide individualized leadership training and development to top-level NCI leaders, such as Scientific Program Leaders (SPL) members. Each training shall not exceed 20 in-person hours.
 
4.0 HUMAN CAPITAL MANAGEMENT, WORKFORCE PLANNING, ANALYSIS & RECOMMENDATIONS
To support the organizational needs of the NCI/OWPD, the Contractor shall complete projects that will likely include but are not limited to, human capital analysis and planning, organizational change management initiatives and knowledge transfer.
The Contractor shall provide subject matter experts (SMEs) requested by OWPD on an as needed basis. The Contractor shall conduct analysis and provide input related to human capital and workforce planning including but not limited to:
• Research and focus group facilitation
• Strategic communication planning
• Support Program plan execution & review
• Strategic Alignment (Planning and Goal Setting)
• Leadership and Knowledge Management (Implementation)
• Talent Management (Implementation)
• Performance Culture (Implementation)
• Accountability (Assessing Results)
The Contractor shall support OWPD in developing and implementing a human capital plan which can be integrated into the overall organizational strategy
CONTRACT TYPE
The anticipated award shall be an indefinite delivery, indefinite quantity (IDIQ) contract with firm fixed priced task or delivery orders.
PERIOD OF PERFORMANCE
The period of performance shall be a 5 year IDIQ award.
PLACE OF PERFORMANCE
Work will be performed at locations specified in individual task orders.
INSPECTION AND ACCEPTANCE
Pursuant to FAR clause 52.212-4, all work to be delivered is subject to final inspection and acceptance by an authorized representative of the Government. The authorized representative of the Government is the Contracting Officer's Representative (COR), who is responsible for inspection and acceptance of all services, materials, or supplies to be provided by the Contractor.
INSPECTION AND ACCEPTANCE CRITERIA
Final inspection and acceptance of all work performed, reports and other deliverables will be performed at the place of delivery by the COR.
GENERAL ACCEPTANCE CRITERIA
General quality measures, as set forth below, will be applied to each work product received from the Contractor under this Statement of Work.

• Accuracy - Work Products shall be accurate in presentation, technical content, and adherence to accepted elements of style.
• Clarity - Work Products shall be clear and concise. Any/all diagrams shall be easy to understand and be relevant to the supporting narrative.
• Consistency to Requirements - All work products must satisfy the requirements of this Statement of Work.
• File Editing - All text and diagrammatic files shall be editable by the Government.
• Format - Work Products shall be submitted in hard copy and electronic copy. The electronic copy must be in a format as indicated in the Deliverables Table.
DELIVERABLES AND DELIVERY SCHEDULE
The Contractor shall submit all required deliverables in accordance with the schedule established in each individual task order. Deliverables submitted under each individual task order shall reference and cite the contract number and the specific task order number. Deliverables to be provided under individual tasks orders include, but are not limited to:
• Work products and documents relating to specific tasks/events
• Progress Reports - required frequency shall be defined in each task order as monthly, quarterly, and/or annually. Required information may include, but is not limited to:
­ Name of NCI Employee(s) Coached/Group Coached
­ Name of Program/Service
­ Name of Respective Coach(es)
­ Number of Coaching Hours Provided by Coach
­ Total Cost of Services Rendered
­ Description of Service(s) Rendered
­ Number of Hours Used per Service
Any deliverable created as a direct result of this procurement, especially with respect to workforce planning, shall be the sole propriety of the NCI, and shall not be shared or distributed without written consent of the NCI Director of the Office of Workforce Planning and Development and/or the Executive Officer.
Regardless of format, all digital content or communications materials produced as a deliverable under this contract, shall conform to applicable Section 508 Standards to allow Federal employees and members of the public with disabilities to have access to and use of information and data that is comparable to the access to and use of information and data by Federal employees or by members of the public who are not individuals with disabilities. Remediation of any materials that do not comply with the applicable Section 508 requirements as set forth below, shall be the responsibility of the Contractor.
HHS guidance regarding accessibility of documents can be found at: http://www.hhs.gov/web/section-508/making-files-accessible/index.html;
HHS accessibility checklists for different file types can be found at http://www.hhs.gov/web/section-508/making-files-accessible/checklist/.
Federal Government-wide guidance regarding accessibility of documents can be found at: https://www.section508.gov/best-practices, including the documents describing the preferred method of authoring and testing documents produced in Microsoft Word 2013 or later, Microsoft Excel, and files formatted as PDF.
How to Submit a Response:
1. Page Limitations:
Interested qualified small business organizations should submit a tailored capability statement for this requirement not to exceed 10 single sided pages including all attachments, resumes, charts, etc. (single spaced, 12 point font minimum) that clearly details the ability to perform the requirements of the notice described above. All proprietary information should be marked as such. Responses should include a minimum of a two pages demonstrating experience over the past two years meeting the requirements of this notice. Statements should also include an indication of current certified small business status; this indication should be clearly marked on the first page of your capability statement (preferable placed under the eligible small business concern's name and address). Responses will be reviewed only by NIH personnel and will be held in a confidential manner.
2. Due Date:
Capability statements are due no later than 11:00 am. EST on June 19, 2019.
3. Delivery Point:
All information furnished must be in writing and must contain sufficient detail to allow the NCI to determine if it can meet the unique specifications described herein. Written responses can be emailed to Kathy Elliott, Contract Specialist at Elliottk@mail.nih.gov or mailed to the address located under Point of Contact. All questions must be in writing and can be faxed to (240) 276-5399 or emailed. A determination by the Government not to compete this requirement based upon responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. In order to receive an award, contractors must have valid registration and certification in the System for Award Management (SAM) through www.sam.gov. No collect calls will be accepted. Please reference number 75N91019Q00076 all correspondence.
Disclaimer and Important Notes:
This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, an RFQ may be published on FedBizOpps. However, responses to this notice will not be considered adequate responses to a solicitation(s).
Point of Contact:
Inquiries concerning this Notice may be direct to:
Kathy Elliott
9609 Medical Center Dr, Room 1E126
Bethesda, MD 20892-9705
Elliottk@mail.nih.gov

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

About the buyer

Address
Department of Health and Human Services National Cancer Institute, Office of Acquisitions - Shady Grove 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?