KF (KORN/FERRY) 360 Degree Leadership Evaluation and Assessment PROFILORS and For Your Improvement (FYI) Development Guides
Looking for contract opportunity help?
APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.
APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.
The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).
General Information
- Contract Opportunity Type: Presolicitation (Original)
- Original Published Date: May 16, 2023 12:47 pm EDT
- Original Response Date: May 25, 2023 04:00 pm EDT
- Inactive Policy: Manual
- Original Inactive Date: May 25, 2023
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: 6910 - TRAINING AIDS
- NAICS Code:
- 541612 - Human Resources Consulting Services
- Place of Performance: , RIUSA
Description
PRESOLICITATION NOTICE
PSC CODE (4 DIGITS): 6910 (Training Aids)
NAICS CODE: 541612 (Human Resources Consulting Services)
RECOVERY & REINVESTMENT ACT ACTION: Not applicable
RECOVERY ACT PROJECT NUMBER (IF APPLICABLE): Not applicable
TITLE: KF (Korn/Ferry) 360 Degree Leadership Evaluation and Assessment PROFILORS and
For Your Improvement (FYI) Development Guides
SOLICITATION NUMBER (NO DASHES): N6134023R0097
RESPONSE DATE (MMDDYY): May 25, 2023
ARCHIVE DATE: 15 DAYS (or no later than 05262023)
SET ASIDE CODE: Not applicable
CS CONTACT NAME & PHONE: Tina Ruscito, 813-956-7086
PCO CONTACT NAME & PHONE: Lisa Mardin. 508-450-0315
SOLICITATION DESCRIPTION: The Naval Air Warfare Center Training Systems Division
(NAWCTSD) intends to negotiate, on a sole source basis, a contract for the Korn Ferry (KF) 360
Degree Leadership Evaluation and Assessment questionnaires (PROFILORS) and (FYI) For
Your Improvement (ADOC) development guides from SENSA Solutions, Inc. d/b/a Korn/Ferry
U.S. Government Consulting Services.
The contract is planned for SENSA Solutions, Inc. (SENSA) operating under Cage Code 071A2.
Under the statutory authority of 41 U.S.C. 1901 Simplified Acquisition Procedures, FAR 13.5
Simplified Procedures for Certain Commercial Items.
Ongoing market research performed by the Government supports there does not exist another
company with access to proprietary data needed to meet this requirement. SENSA is the only
vendor that has focused on the military leadership core skills and competency behavior models
and, as such, is the only source capable of responding due to the unique or specialized nature of
working with SWOs and Navy Senior Executives. The KF 360 survey tool, which is a common
tool used across all Fleet Concentration Areas (FCA) is proprietary. The Government does not
own data rights to share this tool with another contractor. The KF 360 survey tool is proprietary
as is the data reduction process. Changing databases by using another vendor would cause the
loss of (non-recoverable) officer and Senior Executive leadership data collected over the last 13
years.
A single award is anticipated for execution in August 2023.
2
This notice is not a request for competitive proposals. It is a notice in accordance with FAR
5.201 outlining the Government’s intent to contract on a sole source basis with SENSA.
Interested sources are solicited to provide their written technical capabilities. Written response
to this notice must show clear and convincing evidence that competition would be advantageous
to the Government. Interested sources must submit detailed written technical capabilities to
deliver the requirement. Detailed written capabilities must be submitted by email to Tina
Ruscito (christina.r.ruscito.civ@us.navy.mil) in an electronic format that is compatible
with Microsoft Office 2016 applications (MS Word), no later than close of business on
Thursday, May 25, 2023. Verbal submissions via phone will not be honored.
All information shall be furnished at no cost or obligation to the Government. Responses shall be
limited to no more than FIVE (5) pages. A determination by the Government not to compete this
proposed contract action 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. This notice is not to be considered a request for
quotations or proposals. No solicitation document is available. No contract will be awarded on
the basis of offers received in response to this notice, but will be used to determine if a
comparable source is available and more advantageous to the Government. If no written
challenge to this synopsis is received, a justification and approval (J&A) for other than full and
open competition in accordance with the statutory authority of 41 U.S.C. 1901 Simplified
Acquisition Procedures as implemented by FAR 13.5 Simplified Procedures for Certain
Commercial Itemsbased on the rationale provided above will be initiated. If conducted as a sole
source procurement, a separate synopsis will not follow. This synopsis will satisfy the intent of
the requirements under FAR 5.201 and 5.204. In accordance with FAR 5.102(e), copies of the
solicitation will be available upon request.
LIST OF ATTACHMENTS (IF APPLICABLE): N/A
PLACE(S) OF PERFORMANCE: Surface Warfare Officer School (SWOS) in Newport, RI
CS EMAIL ADDRESS: christina.r.ruscito.civ@us.navy.mil
Attachments/Links
Contact Information
Contracting Office Address
- 12211 SCIENCE DRIVE
- ORLANDO , FL 32826-3224
- USA
Primary Point of Contact
- Tina Ruscito
- christina.r.ruscito.civ@us.navy.mil
- Phone Number 4073804825
Secondary Point of Contact
- Lisa Mardin
- lisa.m.mardin.civ@us.navy.mil
- Phone Number 5084500315
History
- May 25, 2023 11:56 pm EDTPresolicitation (Original)
- May 05, 2023 11:58 pm EDTSources Sought (Original)