SOURCES SOUGHT
R -- Human Resource Services
- Notice Date
- 10/31/2008
- Notice Type
- Sources Sought
- NAICS
- 541611
— Administrative Management and General Management Consulting Services
- Contracting Office
- Department of Health and Human Services, Program Support Center, Division of Acquisition Management, Parklawn Building Room 5-101, 5600 Fishers Lane, Rockville, Maryland, 20857
- ZIP Code
- 20857
- Solicitation Number
- RFI-HHS-OHR-2009-01
- Point of Contact
- Marc L. Long,, Phone: 301-443-7086
- E-Mail Address
-
Marc.Long@psc.hhs.gov
- Small Business Set-Aside
- N/A
- Description
- This request for information (RFI) is in accordance with the Federal Acquisition Regulation (FAR) clause 52.215-3 (OCT 1997) and is published only to encourage interested Commercial Business parties capable of providing technical support to submit information to the U.S. Department of Health and Human Services (HHS), Office of the Assistant Secretary for Administration and Management (ASAM), Office of Human Resources (OHR), The Government intends to award a contract in FY2009 and is looking for information to aid their market research for planning purposes. The Government does not intend to award a contract on the basis of this request or to reimburse costs to any firm for their responses to this RFI. All interested, capable, and responsible sources that wish to respond to this RFI are encouraged to submit documentation on their specific capabilities. In addition to relevant and relative capability statements, past performance, and other information, the Government requests responses to provide, as a minimum, the following: 1) Experience: provide prior/current experience of similar size and scope, including contract number, organization supported, indicate whether a prime or subcontractor, contract value, and Government or commercial point of contact with current telephone number and e-mail address. 2) Title Page: The capability package must be assembled with a title page containing the following information: Company name, address, point of contact, phone number, DUNS number, and business size - please include any socioeconomic information. Responses to this RFI will not be returned. A. INTRODUCTION: The Department of Health and Human Services (HHS) is the United States government's principal agency for protecting the health of all Americans and providing essential human services, especially for those who are least able to help themselves. The Department includes more than 300 programs covering a wide spectrum of activities. Some highlights include: –Health and social science research –Preventing disease, including immunization services –Assuring food and drug safety –Medicare (health insurance for elderly and disabled Americans) and Medicaid (health insurance for low-income people) –Health information technology –Financial assistance and services for low-income families –Improving maternal and infant health –Head Start (pre-school education and services) –Faith-based and community initiatives –Preventing child abuse and domestic violence –Substance abuse treatment and prevention –Services for older Americans, including home-delivered meals –Comprehensive health services for Native Americans –Medical preparedness for emergencies, including potential terrorism. The HHS Office of Human Resources (OHR) provides leadership for the Department's human resources program and policies. OHR designs human resource programs that support and enhance the HHS mission. In October 2003, HHS consolidated its personnel operations from forty separate offices to three Human Resources Centers in Atlanta, Baltimore, and Rockville plus HR offices at the National Institutes of Health (NIH) and the Indian Health Service (IHS). To assist in the delivery of HR services pertaining to classification, recruitment, selection, and on-boarding, HHS procured and has implemented HR information systems for use across all three HR Centers and the two HR offices. These systems are stand-alone systems that play a role in the recruitment and hiring of employees. HR information systems that have been implemented include: QuickClassification system - COTS product by Monster Government Solutions. Web-based application. Provides PD builder, PD coversheet builder, on-line repository of standard PDs and non-standard PDs; HHS PD Library system - Web-based application developed in-house with RHRC/SPD resources. Provides repository of PDs with ability to search; CDC PD Library system - Web-based application developed for CDC. Provides repository of PDs with ability to search PDs; Hiring Management System - COTS product by Monster Government Solutions. Web-based vacancy builder, assessment and applicant tracking system; E-Induction system – Custom developed Web-based application. Provides newly hired applicants the ability to complete on-boarding forms on the web; Capital HR system - PeopleSoft implementation configured for HHS. HHS system of record for personnel data. B. PURPOSE: The goal of this RFI is to gather industry experience and expert advice on the Government’s needs as outlined in the following Scope. The industry responses will be used by the Government to refine the scope of the future requirement for described services. In reviewing the responses, the Government may request a meeting or teleconference with responding firms to gain further insight into their capabilities. The Government is not obligated to hold these meetings with all or any firm. If the Government decides to meet with a firm(s), it will only meet with firms that respond to this notice. The Government will not reimburse costs to any firm for their participation in these meetings or teleconferences. Firms are discouraged from including marketing informational material that does not relate to the services described in this RFI as it will be discarded by the reviewers. C. SCOPE: HHS OHR is seeking solutions that consolidate, transform, and integrate the hiring process, thus addressing the current lack of an integrated hiring management. More specifically, key areas where the government seeks improvements include: –Improved process efficiencies –Enhanced reporting and data analysis capabilities –Improved flexibility for unique business unit requirements –Increased visibility for applicants to track their status –Reduced time to build an announcement or classified position description –Decreased potential for errors caused by duplicate data entry –Improved user experiences. Solutions should address the requirements of the Office of Personnel Management’s (OPM) “End-to-End Hiring Roadmap” (https://www.opm.gov/staffingportal/EndToEndRoadmap.asp). HHS OHR is particularly interested in solutions that specifically address the “Hiring” and “Orientation” processes of the roadmap, including: 1.Position Classification 2.Vacancy Announcement Management 3.Applicant Assessment 4.Workflow Tracking 5.Entrance on Duty/New Employee Provisioning Solutions should automate and streamline these processes while complying with Federal laws and regulations. Solutions that address one or more of the processes listed above are encouraged to respond. However HHS OHR is trying to integrate these processes as much as possible so an emphasis on consolidation, integration, and interconnectivity is desired. D. DESIRED INFORMATION: The Government requests information on: •How a vendor’s solution impacts each of the five processes listed above with regards to: –Efficiency improvements to HHS’ current environment –Automation capabilities –Applicant visibility into tracking status •How a vendor’s solution can be adapted and customized, including the following components: –Integration with other products –Flexibility for unique business unit requirements –Performance scalability –International hiring support •How a vendor’s solution complies with laws and regulations, including: –Federal position classification –Federal employment –Adapting to changing OPM standards •A vendor’s solution’s support and reporting capabilities, including the following components: –Continuity planning/disaster recovery –KPIs and self reporting capabilities –Proprietary data ownership –Customer service support •A vendor’s approach for transition and implementation, including the following components: –Pricing models –Change management plan –Training requirements and capabilities –Ability to implement in groups of functionality over time –Implementation time –Implementation accelerators •Opportunities for Growth: –Future innovations and direction of potential solutions •A ROM or range in dollars to implement the firm’s solution and/or a price list of the firm’s solutions/products. •Contract type and contract vehicles. In addition to seeking information from all sources, the Government would like to determine if these services can be set-aside for small business. Small businesses are encouraged to provide their capabilities for these types of services, whether prime contractor and/or subcontractor. All small businesses (small disadvantaged, woman owned, disabled veteran or veteran owned, 8A and hub zones) are encouraged to submit their interests, relative experience and advice on this RFI. The capability statements are not to exceed 30 pages (not including relevant attachments and exhibits) and may be submitted via e-mail no later than November 25, 2008 to marc.long@psc.hhs.gov. The Capability Statements shall include the vendor's point(s) of contact name, address, telephone number, and email address; the company's business size, including applicable NAICS code(s). The Capabilities Statement shall include a description of similar work performed within the past 5 years including the name and number of the contract, the contract scope, type of contract, period of performance, contract deliverables, dollar thresholds and limitations, the issuing Government agency, and the name and telephone number of the Contracting Officer. The Government appreciates any and all information received. All information will be kept confidential and not shared with any one outside of the government. Any information submitted and considered proprietary shall be appropriately marked by the submitter. Information received in response to this RFI will be used to determine the acquisition strategy for any resultant RFP.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=a27c809d4800fbc467c7b2905e867f8c&tab=core&_cview=1)
- Place of Performance
- Address: Washington, District of Columbia, 20001, United States
- Zip Code: 20001
- Zip Code: 20001
- Record
- SN01699285-W 20081102/081031215034-a27c809d4800fbc467c7b2905e867f8c (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |