Organizational Consultant Services

expired opportunity(Expired)
From: Federal Government(Federal)
NFFT70002300164VES

Basic Details

started - 23 Nov, 2022 (17 months ago)

Start Date

23 Nov, 2022 (17 months ago)
due - 05 Dec, 2022 (16 months ago)

Due Date

05 Dec, 2022 (16 months ago)
Bid Notification

Type

Bid Notification
NFFT70002300164VES

Identifier

NFFT70002300164VES
COMMERCE, DEPARTMENT OF

Customer / Agency

COMMERCE, DEPARTMENT OF (13426)NATIONAL OCEANIC AND ATMOSPHERIC ADMINISTRATION (7452)DEPT OF COMMERCE NOAA (7227)
[object Object]

SetAside

SBA(Total Small Business Set-Aside (FAR 19.5))
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

COMBINED SYNOPSIS/SOLICITATIONConsultation Services for Executive Training in Honolulu, HIPREVIOUS AWARD - PLEASE LOOK UP ON FPDS.GOV - 1333MF20PNFFR0297(I)          This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice and in accordance with the simplified acquisition procedures authorized in FAR Part 13. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued.(II)         This solicitation is issued as a request for quotation (RFQ).  Submit written quotes on RFQ Number NFFT70002300164VES.(III)        The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2022-08 (OCT 2022) (DEVIATION 2020-02) (NOV 2021).(IV)        This solicitation is being issued as a total small business set aside. The associated NAICS code is
541990. The small business size standard is $17 Million.(V)         This combined solicitation/synopsis is for purchase of the following commercial services:PIFSC requires the services of an executive coach to enhance the leadership skills of senior managers and increase the organizational effectiveness of the Science Center.  The successful contractor will assist with team building, executive leadership and coaching, and development training for the PIFSC Board of Directors.There is some uncertainty as to the extent of the actual need of coaching and consultation advice, therefore, an upper bound estimate of approximately 160 hours can be considered available, with the option of requesting an additional 80 hours per annum.  Additionally, services shall not be limited to one contracted consultant, however, if multiple consultants are engaged, the successful contractor will engage co-consultants, as deemed necessary, not to exceed a total of  240 hours annually. The Contractor shall perform any or all of the following tasks:Task 1:  Conduct quarterly meetings with PIFSC’s senior managers to facilitate discussions and plan communication and conflict-resolution strategies to deal with the changing work environment.    Task 2: Provide feedback to the Board of Directors on communication style, management principles and practices, at the above quarterly meetings.Task 3: Provide training/coaching on conflict management, giving and receiving feedback, goal setting, performance management, teamwork, teambuilding, managing change and decision making.Task 4: Facilitate meetings or workshops, as requested.Task 5: Conduct team building sessions, as requested.Task 6: Design customized survey instruments to collect feedback on employees’ work and work-life balance perspectives.Task 7: Perform survey data analysis and interpretation and make recommendations to address areas of concern identified in the above surveys.Task 8: Support the PIFSC Board of Directors to design and lead a PIFSC leadership development program for a cohort of future leaders.Deliverables ●            Post Award Conference;●            Task-specific deliverables needed in accordance with the above requirements●            Monthly progress reports to include a written summary of activities performed and recommendations for further action, if any.(VI)        Description of requirements is as follows:PIFSC requires the services of an executive coach to enhance the leadership skills of senior managers and increase the organizational effectiveness of the Science Center.  The successful contractor will assist with team building, executive leadership and coaching, and development training for the PIFSC Board of Directors.LINE ITEMS:0001 Base Year: 160 hours0002 Base Year Optional Additional Hours: not to exceed 80 hours 1001 Option Year 1: 160 hours1002 Option Year 1 Optional Additional Hours: not to exceed 80 hours 2001 Option Year 2: 160 hours2002 Option Year 2 Optional Additional Hours: not to exceed 80 hoursMORE INFORMATION, INCLUDING MINIMUM QUALIFICATIONS, STANDARDS TO BE MET AND OTHER APPLICABLE PEFORMANCE REQUIREMENTS CAN BE FOUND IN THE ATTACHED PERFORMANCE WORK STATEMENT.(VII)      Place of Performance:NMFS PIFSC ECOSYSTEM SCIENCES DIVISIONF/PIC8 NATIONAL MARINE FISHERIES SERVICES1845 WASP BLVD, BLDG 176HONOLULU, HI 96818Period of performance shall be:Base Year:       01/01/2023 – 12/31/2023Option Year 1: 01/01/2024 – 12/31/2024Option Year 2: 01/01/2025 – 12/31/2025(VIII)  FAR 52.212-1, INSTRUCTIONS TO OFFERORS – COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (NOV 2021) applies to this acquisition.NOTICE TO OFFERORS:  Instructions for submitting quotations under this request for quote must be followed.  Failure to provide all information to aid in the evaluation may be considered non-responsive.  Offers that are non-responsive may be excluded from further evaluation and rejected without further notification to the offeror.1.  Submit PDF or Microsoft Word format quotations to the office specified in this solicitation at or before the time specified in the solicitation.  Email quotes are required and can be sent to veronica.stroud@noaa.gov.2.  Contractor shall have an active registration in the System for Award Management (SAM found at https://sam.gov/content/home) in order to provide a quote and be eligible for award. Must provide their UEID/CAGE CODE with their quote.3.  Provide all evaluation criteria in accordance with FAR 52.212-2 in this package.4. Quote shall include at least two references for similar services including the phone number, full address, and e-mail address. References will be checked. The Government will use its discretion to determine the sources of past performance information used in the evaluation, and the information may be obtained from references provided by the Offeror, the agency’s knowledge of contractor performance, other government agencies or commercial entities, or past performance databases, and will be based on responsiveness, quality, and customer services. (IX)   FAR 52.212-2, EVALUATION- COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (OCT 2014) applies to this acquisition.  Offers will be evaluated based on price and the factors set forth in paragraph (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.   Paragraph (a) is hereby completed as follows: Evaluation will be based on; This is a tradeoff requirement evaluation of all associated quoted costs.  1.           Technical Approach and Capability. The offeror's approach to performing contract requirements and its capability to successfully perform the contract will be evaluated. Submissions must include a resume and examples of previous work.2.           Past Performance: Quote shall include at least 2 references for similar services including the name, phone number, full address and email address. The government will use its discretion to determine the sources of past performance information used in the evaluation, and the information may be obtained from references provided by the offeror, the agency’s knowledge of the contractor’s performance, other government agencies or commercial entities, or past performance databases, and past performance will be based on responsiveness, timeliness, quality, and customer service.3.           Price - This pricing must follow the regulations, laws and statute.The Government intends to award a tradeoff, firm fixed-price purchase order on an all or none basis with payment terms of Net 30. (b) 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).(c) 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)"THE GOVERNMENT DOES NOT ACCEPT RESPONSIBILITY FOR NON-RECEIPT OF QUOTES.  IT IS THE CONTRACTOR'S RESPONSIBILITY TO REQUEST AND RECEIVE A CONFIRMATION OF THE QUOTE RECEIPT".CAM 1352.215-72 INQUIRIES (APR 2010)OFFERORS MUST SUBMIT ALL QUESTIONS CONCERNING THIS SOLICITATION IN WRITING VIA EMAIL TO veronica.stroud@noaa.gov . QUESTIONS SHOULD BE RECEIVED NO LATER THAN 12/02/2022 at 4 P.M. MST. Any responses to questions will be made in writing, without identification of the questioner, and will be included in an amendment to the solicitation. Even if provided in other form, only the question responses included in the amendment to the solicitation will govern performance of the contract. (End of clause)PLEASE SEE THE ATTACHED DOCUMENTS FOR MORE INFORMATION.

Honolulu, HI, 96818, USALocation

Place Of Performance : N/A

Country : United StatesState : HawaiiCity : Honolulu

You may also like

Human Resources Consultant

Due: 30 Apr, 2024 (in 3 days)Agency: Town of St Albans

BPA SET-UP ORGANIZATIONAL AND LEADERSHIP DEVELOPMENT SERVICES

Due: 19 Sep, 2026 (in about 2 years)Agency: BUREAU OF THE FISCAL SERVICE

TO PROCURE ORGANIZATIONAL CHANGE MANAGEMENT FACILITATION SERVICES FOR THE USAID MISSION IN FEBRUARY 2024.

Due: 31 May, 2024 (in 1 month)Agency: AGENCY FOR INTERNATIONAL DEVELOPMENT

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.

Classification

NAICS CodeCode 541990
Classification CodeCode R431