Change Management Consulting Service
Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.
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: Sep 08, 2023 03:19 pm EDT
- Original Response Date: Sep 25, 2023 05:00 pm EDT
- Inactive Policy: 15 days after response date
- Original Inactive Date: Oct 10, 2023
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: R408 - SUPPORT- PROFESSIONAL: PROGRAM MANAGEMENT/SUPPORT
- NAICS Code:
- 541611 - Administrative Management and General Management Consulting Services
- Place of Performance: Quantico , VA 22134USA
Description
NOTICE OF INTENT TO AWARD A LIMITED SOURCES JUSTIFICATION
1. The Government intends to award a sole source contract to Rockwood Company LLC for Change Management Consulting Services, HS0021-23-R-3565 in accordance with (IAW) Federal Acquisition Regulations FAR 8.405-6(a)(1)(B).
2. DCSA Counterintelligence (CI) and Insider Threat Directorate Office of CI (OCI) requires experienced management consultant services. This is a performance-based requirement for the Contractor to conduct an assessment, develop CI vision, develop CI strategy, develop CI unique value proposition (UVP), and develop CI Strategic Communications Plan. These services are required to help identify and address our process inefficiencies and other latent challenges faced by a growing OCI workforce. The Contractor will also be required to initiate implementation of CI strategy; document important Standard Operating Procedures (SOPs); and design and create a process for prioritizing work and making decisions. The primary place of performance will be at the Contractor facility. The performance period for this effort will be a total of nine (9) months. The applicable North American Industry Classification System (NAICS) for this effort is 541611 with a size standard of $24.5M.
3. In accordance with (IAW) FAR 8.405-6(a)(1)(B). Only one source is capable of providing the supplies or services required at the level of quality required because the supplies or services are unique or highly specialized. Rockwood Company LLC has intimate knowledge of the DCSA directorates, which is a key enabler for the successful integration of CI into a unified DCSA Culture and identified as the Unity of Effort Strategic Goal in DCSA’s 2022-2027 Strategic Plan within the limited 9-months timeframe.
4. It is not to be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. A determination not to compete this proposed contract action is solely within the discretion of the Government. However, all responsible sources may submit a capability statement, which will be considered by the agency. If applicable, this information can be submitted to Ms. Sherrita Muse at sherrita.d.muse.civ@mail.mil.
Attachments/Links
Contact Information
Contracting Office Address
- CONTRACTING AND ACQUISITION 27130 TELEGRAPH ROAD
- QUANTICO , VA 22134
- USA
Primary Point of Contact
- Sherrita Muse
- sherrita.d.muse.civ@mail.mil
Secondary Point of Contact
History
- Sep 20, 2023 11:55 pm EDTPresolicitation (Updated)
- Sep 08, 2023 03:19 pm EDTPresolicitation (Original)