The document, Solicitation 140D0425R0029 CADR Internal Recompete, outlines labor categories, minimum experience requirements, and hourly labor rates for a five-year contract with a six-month extension option. It details four labor categories: Subject Matter Expert, Senior CMP, Mid-Level CMP, and Junior-Level CMP. Each category specifies minimum years of experience in the discipline, ranging from 1 to 20 years, with particular emphasis on mediation experience for CMP roles. The Subject Matter Expert role also requires pre-approval. The document provides a framework for staffing and pricing related to collaboration or conflict management processes.
The Department of the Interior's Non-Disclosure Agreement (NDA) grants contractors conditional access to sensitive but unclassified government information, including Personally Identifiable Information (PII). This access is solely for integrating Automatic Identification Technology (AIT) into the ISM CIF application for the PEO EIS and PD IMS-A Project Office. The NDA strictly prohibits unauthorized use, release, or disclosure of this information, requiring contractors to protect it under various federal laws like the Trade Secrets Act and Privacy Act. Contractors must not seek access beyond their duties, ensure their status is known, and surrender all related materials upon contract completion or request. Any public written work based on this knowledge requires Department of the Interior security review. Violations can lead to administrative, civil, or criminal penalties, and unauthorized gains must be assigned to the U.S. Government.
The Past Performance Questionnaire (Solicitation 140D0425R0029) is a source selection sensitive document used to evaluate contractor performance for government contracts. It is structured into five sections: Contract Identification, Customer or Agency Identification, Respondent Identification, Evaluation, and Narrative Summary. The questionnaire assesses various aspects of a contractor's work, including quality of product/service, program management, timeliness, business relations, transition/employee retention, and cost control, using a five-level rating scale from Exceptional to Unsatisfactory, plus Not Applicable. It also inquires about contract terminations and requests narrative feedback on strengths, weaknesses, and rehire probability. This document is essential for evaluating past performance in federal procurement processes, ensuring that contractors meet government standards and objectives.
The document "140D0425R0029 Internal CADR Recompete Attachment 5 Q&A Blank Form" serves as a template for submitting questions and receiving government responses related to the Internal CADR Recompete. This form is designed to facilitate communication and clarification between interested parties and the government regarding the recompete process. It provides structured fields for individuals to pose questions, referencing specific document details such as page and section numbers, and a dedicated space for the government to provide official answers. This indicates a formal process for addressing inquiries within a government procurement or contracting context, likely part of a Request for Proposals (RFP) or similar solicitation.
This document outlines three sample task orders for federal government contractors, focusing on organizational development and conflict resolution within government agencies. The first task order addresses a Bureau of Land Management office facing budget cuts and staff reductions, requiring a facilitated process to prioritize functions, identify efficiencies, and create a strategic roadmap. The second task order targets the U.S. Geological Survey, where a team of ecologists and hydrologists is experiencing friction due to methodological disagreements, necessitating a team development engagement to improve collaboration and create new operating agreements. The third task order describes a dispute between two individuals within an office, impacting overall operations and morale, requiring a neutral mediator to facilitate individual conversations and joint sessions to resolve the conflict and establish a path forward. Each task order requests a proposed solution including labor categories and estimated hours.
Attachment 7 outlines the Limitations on Subcontracting for federal government Indefinite Delivery Indefinite Quantity Contracts, particularly for service-based awards. Offerors must agree to a certification stating that the prime contractor will not pay more than 50% of the government-paid amount for contract performance to firms that are not
The Department of Interior's (DOI) Center for Advanced Dispute Resolution (CADR) released a solicitation for mediation and related services. The document clarifies that all work requires quote submission and approval, with an estimated 35-50 mediation task orders per fiscal year, approximately 25 of which are EEO-related. The DOI expects 5% of work to be virtual, based on recent experience. There is no DOI pre-review or approval required for mediation agreements. Administrative tasks are to be included in fully loaded labor rates, not as a separate labor category. The contractor may be required to provide non-government meeting facilities for 2-5 task orders annually, with associated costs pre-approved as ODCs. Labor category assignment considerations are outlined in Section G.6.2 of the solicitation. Service providers need a minimum of 40 hours of training in their discipline (e.g., mediation, facilitation). The DOI does not have an established tool for training needs assessments. Subject matter expertise will be identified at the time of request. Consultation and proposal development time is not billable but should be factored into labor rates, with an estimated 2 hours for quote submission. There is no preference given to past performance information versus a completed Past Performance Questionnaire. Collaborent, LLC is the incumbent. Travel is reimbursed per FAR 31.205-46 with pre-approval. Government workspace is not typically provided for on-site personnel. Submission instructions are in Section L of the solicitation.
The Department of the Interior seeks to engage a contractor to provide high-quality workplace conflict management services through its CORE PLUS program. This initiative aims to foster a culture of effective conflict resolution among its over 65,000 employees across various regions. The contractor will supply Conflict Management Professionals (CMPs)—including mediators, facilitators, and coaches—who will help manage and resolve workplace disputes, grievances, and Equal Employment Opportunity (EEO) matters. Key responsibilities include facilitation of conversations, mediation between conflicting parties, one-on-one coaching, process design for conflict resolution, and training for employees in conflict management skills. CMPs must maintain neutrality, adhere to ethical standards, and comply with relevant federal regulations. The contractor will also manage a roster of qualified professionals capable of addressing conflicts across different geographic areas and ensure reliable communication with the Interior's CADR office. The ultimate goal is to enhance the capabilities of Interior staff to address conflicts effectively, thereby improving overall workplace dynamics and outcomes.
Amendment 0001 to Solicitation 140D0425R0029, issued by the Department of the Interior (DOI), Interior Business Center (IBC), Acquisition Services Directorate (AQD), provides crucial questions and answers for a Request for Proposal (RFP). This RFP aims to award a single-award, five-year Indefinite Delivery/Indefinite Quantity (IDIQ) contract for commercial Conflict Management Services to support the DOI Office of Collaborative Action and Dispute Resolution (CADR). The contract will have a five-year ordering period from January 17, 2026, to January 16, 2031, with individual requirements funded through task orders, not directly through the IDIQ contract. Offerors must be registered in the System for Award Management (SAM) database by the solicitation's closing date. The amendment emphasizes the importance of acknowledging receipt to avoid rejection of offers, allowing changes to already submitted offers via letter or electronic communication before the specified opening hour and date.
The Department of the Interior (DOI) is issuing a Request for Proposal (RFP) 140D0425R0029 for a single-award, five-year Indefinite Delivery/Indefinite Quantity (IDIQ) contract for commercial conflict management services. These services, procured for the DOI's Office of Collaborative Action and Dispute Resolution (CADR), include mediation, facilitation, assessment, process design, and training. The contract is a 100% small business set-aside under NAICS code 541612 with a size standard of $29 million. The period of performance is from January 17, 2026, to January 16, 2031, with a six-month extension option. The guaranteed minimum order value is $25,000, and the maximum ceiling value is $8,000,000. Task orders will be issued on a Time-and-Materials, Labor-Hour, or Firm-Fixed Price basis, with no funding on the IDIQ contract itself. Contractors must be registered in SAM and provide qualified Conflict Management Professionals (CMPs) capable of working across all DOI geographic regions in the U.S. and its territories. Key requirements include adherence to ethical standards, conflict of interest avoidance, and detailed invoicing via the Internet Payment Platform (IPP).
The Department of the Interior (DOI) is issuing a sources sought notice for the procurement of conflict management services, specifically mediators, facilitators, and trainers, under the Office of Collaborative Action and Dispute Resolution. This initiative supports the Integrated Conflict Management System, CORE PLUS, aimed at fostering a constructive workplace culture within the DOI by effectively managing disputes and grievances. The forthcoming Request for Proposal (RFP) is expected in the second quarter of FY25, presenting a recompete for an existing five-year IDIQ contract. The anticipated contract will cover a five-year performance period, with an option for six additional months, and a maximum order threshold of $15 million. The NAICS code identified for the services is 541612 (Human Resources Consulting Services). Interested parties are invited to submit expressions of interest along with their qualifications by February 4, 2025, adhering to provided guidelines. This sources sought notice serves solely for market research and does not constitute a solicitation or commitment by the government.