MODIFICATION
99 -- Project Management Office (PMO) Development
- Notice Date
- 8/9/2005
- Notice Type
- Modification
- Contracting Office
- FEDERAL AVIATION ADMINISTRATION, AMQ-210 Aeronautical Center (AMQ)
- ZIP Code
- 00000
- Solicitation Number
- DTFAAC-05-R-02789
- Response Due
- 8/22/2005
- Description
- Announcement edited to add Statement of Work, Attachment 1. The Enterprise Services Center (ESC) at the Federal Aviation Administration (FAA) Mike Monroney Aeronautical Center (MMAC), Oklahoma City, Oklahoma, requires assistance in the development of its Project Management Office (PMO) to include both the definition and implementation of the PMO as contemplated by the attached Statement of Work (SOW), Attachment 1. This initial Screening Information Request (SIR) represents a Request for Information (RFI) (SIR/RFI No. 1) that will enable the FAA to make a screening decision to determine the firms that possess special standards of responsibility that would enable them to perform the required services. The FAA reserves the right to add vendors and/or other sources which meet the special standards of responsibility criteria and have performed satisfactorily on previous procurements. Accordingly, it has been determined that only firms currently possessing the special standards of responsibility as set forth at "a" through "e" below will be permitted to advance to the second phase of the screening process. The second phase will be a Request for Offer (RFO) and will be designated SIR/RFO No. 2. Special Standards of Responsibility: a. Vendor demonstrates an understanding of the requirement (Ref. Statement of Work, Attachment 1) and possesses the necessary expertise and capabilities. b. Vendor has successfully implemented at least two PMOs within the last four years. c. Vendor has successfully implemented at least one PMO of similar size and scope within the last four years. d. At least one member of vendor's proposed project team has implemented a PMO of similar size and scope and that person is Project Management Professional (PMP) certified. e. Vendor has knowledge of and has performed at least one "Organizational Project Maturity Model" (OPM3) assessment for a previous client. An offeror's submittal in response to SIR/RFI No. 1 must demonstrate how the special standards of responsibility identified at "a" through "e" have been met. For "b" and "c," the submittal must identify the company, organization, agency, etc., and point of contact by name with current phone number and e-mail address for verification purposes. A submittal shall not exceed five (5) pages in length. A page is defined as one side of a "sheet." A 1-inch (all around) margin must be utilized. The font/size must be "Times New Roman/12 pitch." Submissions that state that the offeror understands, can, or will comply with all statements in the SOW and statements paraphrasing the SOW requirements or parts thereof, are considered insufficient. Phrases such as "standard procedures will be employed," or "well-known techniques will be used," etc. will be considered insufficient. The requirement contemplates an indefinite-delivery/requirements type contract with a base year and includes option provisions to renew for two additional 1-year periods, to be exercised at the sole discretion of the FAA. The proposed contract will incorporate AMS Clauses 3.2.4-35, Option to Extend the Term of the Contract, and 3.2.4-34, Option To Extend Services. The resultant contract will employ a time-and-materials pricing arrangement, and includes the following skill categories: (a) Program Manager, (b) Project Manager, (c) Project Support, IT Analyst, (d) Junior Project Support, IT Analyst, (e) Financial Analyst, and (f) Technical Writer. The date and time for receipt of responses is 3:00 p.m. local time, August 22, 2005. Responses are to be e-mailed to Connie.M.Houpt@faa.gov. If all requested information is not provided in the submittal, the vendor's response may be determined as unacceptable and, therefore, not afforded further consideration. If you have questions, contact Connie Houpt at (405) 954-7820. (Note: Receipt of offers, as well as modifications and withdrawals of offers in response to this SIR/RFI (SIR No. 1), will be processed in accordance with AMS Provision 3.2.2.3-14 entitled, Late Submissions, Modifications, and Withdrawals of Submittals). This notice is for informational purposes for Minority, Women-Owned and Disadvantaged Business Enterprises: The Department of Transportation (DOT), Office of Small and Disadvantaged Business Utilization, has a program to assist small businesses, small businesses owned and controlled by a socially and economically disadvantaged individuals, and women-owned concerns to acquire short-term working capital assistance for transportation-related contracts. Loans are available under the DOT Short Term Lending Program (STLP) at prime interest rates to provide accounts receivable financing. The maximum line of credit is $500,000. For further information and applicable forms concerning the STLP, call the OSDBU at (800) 532-1169. --------------------------------------------------- STATEMENT OF WORK Enterprise Services Center (ESC) Project Management Office (PMO) Development DTFAAC-05-R-02789 1. INTRODUCTION 1.1 Organization: Department of Transportation (DOT)/Federal Aviation Administration (FAA), Enterprise Services Center (ESC). 1.2 Project Background and Objectives: In February 2005 the Office of Management and Budget (OMB) selected the FAA Enterprise Services Center (ESC) at the Mike Monroney Aeronautical Center (MMAC) in Oklahoma City, OK, as one of its four Centers of Excellence (COE) for Financial Services. However, this designation is temporary and will be re-evaluated in two years based on the successful implementation of new customers and business processes. One of OMB's underlying operating principles for COEs is the practice of strong project management skills while implementing and managing new customers. In support of this, a Project Management Office (PMO) is needed to coordinate projects and tasks from multiple team members that support the customer. 2. Scope: As required, the Contractor shall provide support to the ESC in defining, establishing and implementing the ESC's PMO. Support may include providing consultation and subject matter experts, development of implementation plan(s) to cover immediate and long term needs, and various PMO associated tasks (Reference paragraph 4 of this SOW). 3. Personnel Qualifications Requirements: 3.1 The Contractor shall be responsible for employing qualified personnel to support the ESC and its PMO as defined in this SOW. The Contractor must have the personnel, organization, and administrative control necessary to ensure that each project is completed satisfactorily and on schedule. If questions arise that the Contractor is using other than qualified personnel, the Contractor shall provide the necessary documentation to establish that personnel do possess proper qualifications and experience. The eight (8) categories of labor/expertise associated with this effort are a Senior Level PMO Consultant, an Information Technologies Consultant, a Program Manager, a Project Manager, a Project Support, IT Analyst, a Junior Project Support, IT Analyst, a Financial Analyst and a Technical Writer. The qualification requirements for each is defined as follows: 3.1.1 Program Manager Minimum/General Experience:Eight years experience in program and project portfolio management from inception to deployment, expertise in the management and control of funds and resources using complex reporting mechanisms, demonstrated capability in managing multi-task contracts and or subcontracts of various types and complexity. Functional Responsibility:Serves as the program manager for a large program responsible for the overall management of the specific program and insuring that the technical solutions and resources, and schedules in the program are implemented in a timely manner. Performs enterprise wide horizontal integration planning and interfaces to other functional systems. Minimum Education: Masters degree in Computer Science, Information Systems, Engineering, or Business. 3.1.2 Project Manager Minimum/General Experience:Four years experience in project development from inception to deployment, expertise in the management and control of funds and resources using complex reporting mechanisms, demonstrated capability in the establishment of Project Management Offices (PMOs) and is a certified Project Management Professional (PMP). General experience includes increasing responsibilities in information systems design and or management. Functional Responsibility:Serves as the project manager for a large task order (or a group of task orders affecting the same common/standard/migration system) and shall assist the Program Manager in working with the ordering activity Contracting Officer, the contract-level Contracting Officer's Representative, the task order-level, government management personnel and customer agency representatives. Under the guidance of the Program Manager, responsible for the overall management of the specific task order(s) and insuring that the technical solutions and schedules in the task order are implemented in a timely manner. Performs enterprise wide horizontal integration planning and interfaces to other functional systems. Minimum Education: Masters degree in Computer Science, Information Systems, Engineering, or Business. 3.1.3 Project Support, IT Analyst Minimum/General Experience:Three years of experience ensuring problem resolution and customer satisfaction for individual task orders. Performs technical efforts for tasks, including reviewing work products for correctness; and ensuring compliance with industry-accepted standards, Federal Government legislative and regulatory requirements, and user standards specified in task orders. Functional Responsibility:Develops requirements and source code for IT products/services (including specifications, feasibility studies, requirements analyses, etc.) from inception to conclusion, for simple to complex projects. Minimum Education: Bachelor's degree in Business Management, Computer Science or a related field. 3.1.4 Junior Project Support, IT Analyst Minimum/General Experience:One year of experience ensuring problem resolution and customer satisfaction for individual task orders. Performs technical and administrative efforts for tasks, including reviewing work products for correctness; and ensuring compliance with industry-accepted standards, Federal Government legislative and regulatory requirements, and user standards specified in task orders. Functional Responsibility:Develops requirements and source code for IT products/services (including specifications, feasibility studies, requirements analyses, etc.) from inception to conclusion, for simple to complex projects. Minimum Education: Bachelor's degree in Business Management, Computer Science or a related field. 3.1.5 Financial Analyst Minimum/General Experience:Four years experience, of which at least two years must be specialized. Specialized experience includes: demonstrated experience in providing technical and financial justifications (obtained by collecting information in standard formats) in support of computer system selections. General experience includes increasing responsibilities in information systems of a technical and fiscal nature. Functional Responsibility:Performs Functional Economic Analysis (FEA) to evaluate the costs of alternative ways to accomplish functional objectives. The FEA states investment costs, benefits, and risks as a net change to the functional baseline cost, the cost of doing business now and in the future. Ensures that cross-functional, security, and other integration issues are addressed. Minimum Education: Bachelor's degree Business, Accounting, or other related discipline 3.1.6 Technical Writer Minimum/General Experience:Two years of experience in writing, designing, editing, and preparing business or technical documentation. Experience with and demonstrated knowledge of federal government documentation standards as appropriate to the assignment. Functional Responsibility:Responsible document development and preparation throughout the production cycle that can include: technical writing/editing, editorial consultation, copy design/editing, proofreading, or overall documentation review. Checks documents for spelling, grammar, organization, consistency, and content. Ensures that documents follow the appropriate style guide. Minimum Education: Bachelor's degree in Communications, Journalism, English, or a related field. 4. PMO Tasks 4.1 Individual tasks will be issued under the contract. The following is representative of the types of tasks or related activities associated with support of ESC's PMO: 4.1.1 Project framework methodology. 4.1.2 High level assessment on current practices. 4.1.3 Pilot project selection and implementation. 4.1.4 Define organizational roles and responsibilities to manage effective PMO structure. 4.1.5 End state project management practices, roles and responsibilities. 4.1.6 Implementation of software tools. 4.1.7 Evaluation and incorporation of pilot projects results. 4.1.8 Training to use PMO toolkit. 4.1.9 Assist with integrating PMO toolkit with Oracle collaboration tool. 4.1.10 Assist with writing detailed work instructions to run PMO office. 4.1.11 Provide project manager to manage PMO project build-out. 4.1.12 Work with implementation partner to determine common PMO practices and determine process for sharing project management information. 4.2 Task Approvals/Acceptance The Contractor shall submit to the Contracting Officer (CO) and Contracting Officer's Technical Representatives (COTRs) a completed design specification in accordance with the requirements/task(s) identified in the delivery order. Within 7 calendar days after the CO and COTR receives the completed design specifications, the Government shall notify the Contractor, in writing, recommended changes/modifications, or approval. Upon acceptance by the CO and the COTR, the contractor shall be given written notice to proceed by the CO. 5. Material The Contractor may incur costs for incidental nonrecurring items in the performance of this effort such as artwork, special supplies, etc. Prior approval by the CO is required for any such material purchases. The contractor will be reimbursed for material purchases in accordance with the contract. 6. Travel ESC PMO support services contemplated by this effort will be performed at the MMAC and at the Contractor's office location. When authorized by the CO, the Contractor may be required to travel in support of ESC's PMO. The contractor will be reimbursed for required travel in accordance with the contract.
- Web Link
-
FAA Contract Opportunities
(http://www.asu.faa.gov/faaco/index.cfm?ref=4336)
- Record
- SN00865996-W 20050811/050809211934 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |