360 Leadership Feedback Reviews
ID: M0026425Q0073Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYCOMMANDERQUANTICO, VA, 22134, USA

NAICS

Professional and Management Development Training (611430)

PSC

EDUCATION/TRAINING- GENERAL (U009)

Set Aside

Women-Owned Small Business (WOSB)
Timeline
    Description

    The Department of Defense, through the Marine Corps Installations National Capital Region, is seeking proposals from qualified women-owned small businesses to provide 360 Leadership Feedback Reviews for the Marine Corps University. The objective of this procurement is to enhance leadership effectiveness by evaluating leadership qualities through comprehensive feedback from peers and subordinates, utilizing a secure web-based tool for data collection and analysis. This initiative is crucial for fostering self-awareness and leadership development within the Marine Corps, with a contract value projected at $15 million. Interested vendors must submit their quotes electronically by 10:00 AM EST on August 8, 2025, and can direct inquiries to Genia Fouts at genia.fouts@usmc.mil or Jeffrey Sisk at jeffrey.a.sisk@usmc.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document primarily outlines responses to a Request for Quotation (RFQ) related to a 360-degree leadership assessment program for the Marine Corps. It clarifies the requirements and expectations surrounding the past performance submissions, pricing structure, training sessions, and the delivery timeline for various project components. Key points include the requirement for evaluators to assess 1,000 leaders annually over five years, the need for a train-the-trainer model encapsulated in a live training session with optional recordings, and specifications regarding deliverables like training packages and assessments. The Marine Corps mandates participation in the assessments, which will be centrally funded. Additionally, participants will only have access to their reports, while the evaluation reports will incorporate aggregate results for leadership insights. The contractor is not permitted to conduct individual feedback sessions; instead, they will train Marine Corps coaches to lead these debrief sessions. Overall, the document establishes the Marine Corps' intent to gather objective feedback to enhance leadership capabilities systematically while providing a structured framework for bidders to adhere to in their proposals.
    The U.S. Department of Labor's Wage Determination No. 2015-4281 outlines minimum wage rates and fringe benefits for contractors under the Service Contract Act, specifying that contracts initiated or renewed after January 30, 2022, must pay at least $17.75 per hour, while older contracts require a minimum of $13.30. The determination includes a comprehensive list of occupations, wage rates, and the required annual fringe benefits, which include health and welfare and paid vacation. Additionally, the document provides guidelines for the conformance process for unlisted occupations under the contract.
    The Quality Assurance Surveillance Plan (QASP) for the Marine Corps University outlines the framework for evaluating the Contractor’s performance in conducting 360 Degree Leadership Reviews. The plan's primary objective is to establish clear methodologies for monitoring and assessing the quality of management and technical services provided by the Contractor. The Contracting Officer’s Representative (COR) will oversee the surveillance process, ensuring compliance with performance work statement (PWS) requirements. The document details various surveillance methods, including demonstrations, analyses, and inspections, to evaluate contractor effectiveness. Performance requirements are clearly defined, with corresponding standards and acceptable quality levels for tasks such as reviewing leadership characteristics and providing data analysis and training. Specific timelines and revision limits are stated, alongside consequences for non-compliance. The Contractor is responsible for correcting issues within established timeframes at no additional cost to the Government. The QASP serves as a critical tool for accountability, documentation, and continuous improvement of contractor services in alignment with federal and state RFP standards.
    The document outlines the scope and requirements for various tasks associated with a government contract focused on study planning, customer experience analysis, and gallery studies. The primary tasks include Study Planning Objectives, Pilot Testing, Customer Experience Study, and Full In-Depth Gallery Study, each accompanied by specific pricing for reports. Each task's execution timelines are clearly defined, stipulating deadlines for deliverables ranging from 15 to 60 days post-contract award or data collection completion. Additionally, it emphasizes the need for quality control and training documentation, with strict adherence to submission timelines. Unit prices for Year 1 are quoted for each task, indicating a structured financial breakdown for government evaluators. The document also specifies pricing conditions, such as rounding to the nearest dollar and focusing on one instance per year. Overall, the purpose of this document is to structure a comprehensive Request for Proposals (RFP) and provide bidders with clear expectations for pricing, timelines, and deliverables, maintaining a transparent process in compliance with federal funding regulations.
    The document outlines a series of tasks and requirements associated with a government contract involving assessment and training services. Key tasks include providing execution and quality control reports within specified timelines post-contract award, followed by the execution of multiple assessment sessions, each accommodating 250 participants. The scope includes detailed data collection, analysis, and reporting, with biennial reviews resulting in assessment reports due 30 days after each review completion from 2025 through 2030. Additional training sessions, specified for periods from 2025 to 2030, will involve smaller groups, with reports to document the sessions. The structure emphasizes the types of deliverables required, their deadlines, and the packaging of assessments and training into distinct Contract Line Item Numbers (CLINs and SLINs), with pricing to be rounded to whole dollars. This document represents a thorough request for proposals (RFP) focused on enhancing leadership training and data reporting capabilities within federal and state contexts, emphasizing compliance and effectiveness in service delivery.
    The Past Performance Questionnaire (PPQ) is a required document for offerors in response to the Marine Corps University Request for Proposal (RFP) M00264-25-Q-0073, aimed at obtaining 360-degree leadership feedback reviews. Offerors must distribute the PPQ to their past performance references, who will validate the provided information and assess the contractor’s performance across several dimensions, including customer satisfaction, timeliness, technical success, quality of performance, and cost control. Evaluators categorize performance into five ratings: Exceptional, Very Good, Satisfactory, Marginal, and Unsatisfactory, based on various assessment criteria. Additionally, the PPQ emphasizes that evaluations must be sent via email to specified government contacts rather than as hard copies. This structured approach is designed to ensure thorough and objective evaluation of a contractor's past performance to inform contract award decisions, thereby enhancing accountability and performance standards within government contracting processes.
    The United States Marine Corps (USMC) is requesting quotes for a contract to provide 360-degree leadership reviews aimed at improving leadership effectiveness within the Marine Corps. This requirement is set aside for women-owned small businesses, with a projected size standard of $15 million. The services will focus on evaluating leadership qualities through feedback from various levels within the organization, including peers and subordinates, to identify strengths and weaknesses. The contractor will utilize a web-based tool to collect and analyze feedback while adhering to security protocols. Deliverables include individual feedback reports, training sessions to help Marines interpret their results, and a quality control program. The timeline for submission of quotes is July 11, 2025, with significant focus on maintaining confidentiality and ensuring the data remains secure. This project emphasizes the importance of self-awareness and leadership development within the USMC, providing a structured approach to enhancing leadership capabilities across ranks.
    The United States Marine Corps seeks quotes for a contract focused on providing 360-degree leadership reviews through a Request for Quote (RFQ) aimed at improving leadership effectiveness within the organization. The contract is set aside for women-owned small businesses and falls under NAICS code 611430 for Professional and Management Development Training, with a budget cap of $15 million. Interested vendors must submit their quotes electronically by 10:00 AM EST on August 8, 2025. The scope of work includes three main tasks: 1. **Scope Planning Services:** The contractor will customize a leadership review process tailored to Marine Corps standards, ensuring the online tool for the reviews is user-friendly and accessible. 2. **Data Collection and Analysis:** The contractor will manage the collection of feedback from multiple sources—subordinates, peers, and supervisors—providing reports to aid in identifying individual strengths and weaknesses in leadership. 3. **Leadership Training:** Lastly, the contractor will develop training materials and facilitate sessions aimed at helping Marines interpret the feedback from their reviews and create personal action plans for improvement. The initiative underscores the Marine Corps' commitment to enhancing leadership skills and fostering a culture of self-awareness. All materials produced will be government property, ensuring confidentiality and security.
    The United States Marine Corps has issued Amendment 3 for Request for Quote (RFQ) number M00264-25-Q-0073, seeking commercial services for the Marine Corps University. The procurement is set aside for 100% women-owned small businesses under NAICS code 611430. The amendment updates the Performance Work Statement (PWS), modifies existing contract line items (CLINs), adds new CLINs, and provides updated pricing information. Notably, the submission deadline for quotes is extended to August 8, 2025. Key changes include revisions of tasks related to data collection, analysis, and reporting within a leadership training framework. The solicitation also establishes the government’s intent to award a single contract based on the submission responses. The document outlines requirements regarding submission credentials, clarification on pricing templates, and asks bidders to consider the number of participants in various training sessions. Additionally, it details the acceptance and inspection criteria, emphasizing the importance of a clear delivery timeline for the related services and materials. The responses to questions from potential bidders reflect the government's expectations for service delivery and the operational structure of the contract, ensuring compliance with federal guidelines. This initiative aims to bolster leadership development and management training within the Marine Corps, supporting its educational objectives.
    The United States Marine Corps, through the Marine Corps Installations National Capital Region's Regional Contracting Office, has issued an Amendment 1 to Request for Quote (RFQ) M00264-25-Q-0073 for commercial training services at Marine Corps University. This procurement is a set-aside for women-owned small businesses aligned with NAICS code 611430, and it stipulates an option for increased contract quantity. The solicitation process follows FAR guidelines under parts 12 and 13.5. Key aspects of the amendment include a change in the quote due date to 15 July 2025 at 10:00 AM EST, along with a provided Questions and Answers attachment. It emphasizes that all previous terms remain unchanged and outlines the necessary communication methods for vendors to acknowledge receipt of the amendment. Quotes must be submitted electronically to designated officials, with any inquiries due no later than 2 July 2025. Overall, this amendment serves to clarify the solicitation terms and extend the submission deadline, fostering greater participation from qualified vendors in the government's solicitation for educational services.
    The document is an amendment to a federal solicitation dated June 26, 2025,for contract M0026425Q0073. The primary purpose of this amendment is to extend the submission deadline for quotes to August 1, 2025, at 10:00 AM EST. It also indicates that further amendments will be forthcoming within seven business days, which will include changes to the Request for Quotation (RFQ) and responses to vendor inquiries. The document specifies that the amendment must be acknowledged by contractors to avoid rejection of their offers. Additionally, it outlines various methods for acknowledgment and allows for changes to previously submitted offers. Key changes include a revised response deadline, which was previously July 15, 2025. Overall, the document serves to ensure that interested vendors are informed of critical adjustments to the solicitation timeline, thus facilitating participation in the procurement process.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    M00264-26-RFI-001 Marine Corps Information Maneuver School (MCIMS)
    Dept Of Defense
    The Department of Defense, through the Marine Corps Information Maneuver School (MCIMS), is seeking sources for contract support to provide academic instruction and training in Civil Affairs (CA), Civil-Military Operations (CMO), and Information Operations (IO) planning. The objective is to identify qualified vendors capable of delivering curriculum development and course maintenance for various Military Occupational Specialties (MOS), including the CA MOS Course and CMO Planner, which are critical for preparing Marines for operational effectiveness. The current contract is held by Green Cell Consulting LLC, and the anticipated NAICS code for this opportunity is 611430, with a size standard of $15 million. Interested parties must submit their responses, including a capabilities statement and business details, by December 30, 2025, at 10:00 AM EDT, to Erin Silverthorn at erin.silverthorn@usmc.mil or Christa Eggleston-Scott at christa.eggleston-sc@usmc.mil.
    Redacted SAP Single Source Determination
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through the NAVFAC Systems and Expeditionary Warfare Center, is seeking a contractor to provide leadership training aimed at enhancing leadership capabilities within NAVFAC EXWC. The training program will focus on key areas identified in the DEOCS survey and individual development plans, including decision-making, effective communication, conflict mediation, team leadership, and collaboration. This initiative is crucial for fostering a more effective leadership culture within the organization. Interested parties can reach out to Matthew Duong at matthew.h.duong.civ@us.navy.mil or Jonathan Demorest at jonathan.p.demorest.civ@us.navy.mil for further details regarding this opportunity.
    Office of Small Business Programs Support Services - Amend 7
    Dept Of Defense
    The Department of Defense, through the Defense Health Agency (DHA), is seeking proposals from qualified Women-Owned Small Businesses (WOSB) for the Office of Small Business Programs Support Services. The contract aims to provide comprehensive operational and management support, including business execution, strategic communication, and mentor-protégé program support, with a total award amount of up to $24,500,000. The performance period is set to begin in January 2026, lasting for one base year with four additional option years extending through January 2031. Interested parties must submit their proposals by December 19, 2025, and can direct inquiries to Contracting Officer Vicki L. Whiteman at vicki.l.whiteman.civ@health.mil or Contract Specialist Mary Anne Young at mary.a.young138.ctr@health.mil.
    Capacity as A Service (CaaS)
    Dept Of Defense
    The Department of Defense, through the Marine Corps Installations Command (MCICOM), is seeking small business vendors to provide Capacity as a Service (CaaS) to support its Research, Development, Testing, and Evaluation (RDT&E) core infrastructure and data centers. The procurement aims to modernize the Marine Corps' computing, networking, and storage resources, ensuring compatibility with various operating systems and adherence to Department of Defense security requirements. This initiative is crucial for enhancing the operational capabilities of the Marine Corps' laboratory environments and data centers, aligning with the Data Center Optimization Initiative (DCOI). Interested vendors must submit their responses by January 4, 2025, and can direct inquiries to Kevin D. Guertin at kevin.guertin@usmc.mil or Kellie Holley at kellie.holley@usmc.mil.
    Maritime Operations Center (MOC) Support Services
    Dept Of Defense
    The Department of Defense, through the Department of the Navy's NAVSUP Fleet Logistics Center Norfolk, is soliciting proposals for Maritime Operations Center (MOC) Support Services. The primary objective of this procurement is to provide a comprehensive range of technical services aimed at enhancing warfighting capabilities and addressing operational gaps within the MOC framework, which is critical for effective command and control of naval operations. This solicitation is intended for a sole source contract, with a performance period spanning four months, and requires offerors to possess a current Top Secret facilities clearance. Interested parties should direct inquiries to Mary Taylor at mary.a.taylor263.civ@us.navy.mil or Jacob Gephart at jacob.n.gephart.civ@us.navy.mil, with proposals due by December 15, 2025, at 10:00 AM.
    Weaponeering Courses
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Dahlgren Division (NSWCDD), is soliciting proposals for Weaponeering Courses and related materials, specifically targeting Worldwide Counter Threat Solutions (WCTS) as the sole source provider. The procurement includes both Introductory and Advanced Weaponeering Courses, along with associated books, emphasizing the need for continuity in training methodology and quality. This opportunity is critical for maintaining instructional consistency and ensuring effective training for defense personnel. Interested vendors must submit their quotes by December 15, 2026, with an anticipated award date of January 15, 2026. For further inquiries, contact Heather Hostinsky at heather.g.hostinsky.civ@us.navy.mil or by phone at 540-742-8882.
    66--LEAD,TEST
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 68 units of NSN 6625014969904, specifically for test leads. This procurement may result in an Indefinite Delivery Contract (IDC) with a one-year term or until the total orders reach $350,000, with an estimated 12 orders per year and a guaranteed minimum quantity of 10. The items will be shipped to various DLA depots both within the continental United States (CONUS) and outside (OCONUS), highlighting the importance of these components in supporting military operations. Interested vendors, particularly Women-Owned Small Businesses (WOSB), must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil, as hard copies of the solicitation are not available.
    Procurement request for Voice Over Internet Protocol (VOIP) Support Services.
    Dept Of Defense
    The Department of Defense, specifically the Naval Surface Warfare Center Carderock Division (NSWCCD), is soliciting quotes for Voice Over Internet Protocol (VOIP) Support Services, with a focus on upgrading and integrating a new Cisco VOIP solution at its facilities in Bethesda, Maryland. The procurement is set aside for Women-Owned Small Businesses (WOSB) and aims to provide comprehensive engineering support, including configuration, deployment, and sustainment of the VOIP system, which is critical for modernizing communication infrastructure across multiple sites. Interested contractors must submit their quotes by January 7, 2026, following a site visit scheduled for December 9, 2025, and can direct inquiries to Christopher C. Rolince at christopher.c.rolince.civ@us.navy.mil or by phone at 757-513-7247.
    Mock Cyber Operational Readiness Assessment (CORA)
    Dept Of Defense
    The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Norfolk, is seeking qualified small businesses to provide Mock Cyber Operational Readiness Assessment (CORA) services for the United States Naval Academy (USNA) in Annapolis, Maryland. The objective of this procurement is to identify, document, and assess security vulnerabilities and risks within USNA’s unclassified educational environment, utilizing the assessment standards developed under the CORA model. This requirement is critical for enhancing the cybersecurity posture of the academy and ensuring the integrity of its educational operations. Interested parties must submit their quotes by December 19, 2025, with questions due by December 16, 2025. The contract will be awarded based on technical capability and price, with a performance period extending from two days after contract award until March 30, 2026. For further inquiries, contact Jordan Walton at jordan.l.walton.civ@us.navy.mil.
    RDT&E Tech Refresh
    Dept Of Defense
    The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is soliciting bids for the procurement of laptops, workstations, and portable hard drives, specifically aimed at supporting CODE 60 Logistics for scanning hardware and IT equipment. This opportunity, valued at $34,000,000, is set aside for Women-Owned Small Businesses (WOSB) and includes requirements for high-performance computing equipment, such as gaming laptops and robust workstations with advanced specifications. The procurement emphasizes compliance with federal acquisition regulations, including software security and accessibility standards, with deliveries expected by December 19, 2025. Interested vendors should contact Stefan Kitzinger at stefan.b.kitzinger.civ@us.navy.mil and submit their proposals by December 17, 2025.