leadership ability to excel at scientific and non-scientific endeavors while operating within the rules and regulations of the federal government and a continuously evolving socio-political, scientific, and business dynamic. The ultimate objective of this newly adopted leadership program is to invest in the career development of the existing non-supervisory NIEHS workforce, and cultivate their skills, abilities, and leadership potential to enable career growth, progression, and professional enrichment that is mutually beneficial to both NIEHS and its most vital assets, its employees.
At NIEHS, Employee Services is an instrumental partner in its workforce recruitment, retention, and succession planning for leadership development at all levels for the NIEHS scientific and administrative communities. Employee Services already manages the mid-level development and senior/executive leadership programs.
To build management capacity and foster the retention of potential future leaders within the agency, NIEHS seeks a vendor to provide a multi-faceted, lower-level Leadership Development Program to build a sustainable bridge between senior leadership and the people who execute the work of the agency.
PURPOSE AND OBJECTIVES: The basic service objective is to provide support for a high-quality targeted leadership development program for non-supervisory employees at the GS-11 grade level and below at the NIEHS in Fiscal Year 2019. The NIEHS has identified a need to develop current employees at these target grade levels and equip them with professional development resources and skillsets through training, coaching, shadowing, and IDP development to aid them in identifying areas for professional growth potential. The overall objectives of the program include, but are not limited to, the following primary developmental areas:
·
Self-Awareness and the Leadership Function
-
Emotional intelligence
-
Leadership styles
-
Personality types
-
Transitioning into higher-level and supervisory roles
-
Personal effectiveness -
time management, continuous learning
·
Understanding and Collaborating with Others
-
Collaboration and coalition-building
-
Negotiation and persuasion
-
Delegation
-
Motivation
-
Conflict management
-
Giving and receiving feedback (performance management)
-
Diversity awareness, sensitivity, and valuation
-
Communication (oral and written)
·
Key Business Acumen
-
Analysis and problem-solving
-
Knowledge management
-
Strategic thinking – encompassing creativity and risk assessment
-
Innovation in the Federal Government and Managing change
ANTICIPATED PERIOD OF PERFORMANCE: The contract will consist of a three (3) year ordering period. Task orders will be placed as needed by the NIEHS and will specify actual performance dates and task areas to be covered. Individual task orders cannot exceed a 12 month period.
NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE: The intended procurement will be classified under the NAICS code 611430 - Professional and Management Development Training.
ANTICIPATED CONTRACT TYPE: The resultant single award Indefinite Delivery Indefinite Quantity (IDIQ) contract will consist of a basic ordering period of 36 months for a total of a three (3) year. Task orders will be placed as needed by the NIEHS. Specific performance dates, locations, and task areas, will be specified on Task Orders. The types of orders authorized for use under the resultant requirement contract will be firm-fixed price.
PERFORMANCE LOCATION: See Statement of Work.
CAPABILITY STATEMENT/INFORMATION SOUGHT: Interested organizations are required to submit their capability statements via email to
elizabeth.mcewen@nih.gov and should not exceed five (5) pages in length (excludes response to number 9 below); not including a standard product brochure that clearly details the ability to perform the aspects of the notice described in the Draft Statement of Work and should be
SPECIFICALLY TAILORED to the "Project Requirements" as concise as possible. Capability statements should also include the following information:
1.
DUNS Number
2.
CAGE Code:
3.
Organization Name:
4.
Company Address:
5.
Point of Contact (including name, title, addresses, telephone number, fax number and Email address)
6.
Business size (e.g. small or large):
7.
Socio-economic Status (e.g., HUBZone small businesses; service-disabled, veteran-owned small businesses; 8(a) small businesses; veteran-owned small businesses; woman-owned small businesses; or small disadvantaged businesses):
8.
GSA Contract Number:
9.
Clear and convincing documentation of your capability and ability to provide the services specified in this notice.
10.
Examples of prior completed contracts and other related information.
11.
Comments (not questions) on how you as a potential Quoter would structure the billing. Do not submit questions or pricing. Would you bill on an hourly basis or on a FFP basis.
Note that standard product brochures will not be considered a sufficient response to this source sought synopsis.
CONFIDENTIALITY: No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s).
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. Potential Quoters 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, a pre-solicitation synopsis and solicitation may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation.
Interested parties may identify their interest and capability to respond to the requirement. The Government shall consider all responses received within ten (10) days of this posting. Written responses to this synopsis shall contain sufficient documentation to establish their capability to fulfill this requirement. NIEHS will not be responsible for any costs incurred by interested parties in responding to this notice. Please email, with the sources sought notice number in the subject line to the Contract Specialist and /or Contracting Officer listed below.