Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 22, 2012 FBO #4046
SOURCES SOUGHT

R -- DAP'S MANAGEMENT AND PROFESSIONAL SUPPORT SERVICES

Notice Date
12/20/2012
 
Notice Type
Sources Sought
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
Department of Labor, Office of the Assistant Secretary for Administration and Management, Procurement Services Center, S-4306 200 Constitution Avenue, NW, Washington, District of Columbia, 20210-0001, United States
 
ZIP Code
20210-0001
 
Solicitation Number
DOL131RI21622
 
Point of Contact
Stacy Conaway, Phone: 2026937989
 
E-Mail Address
conaway.stacy@dol.gov
(conaway.stacy@dol.gov)
 
Small Business Set-Aside
N/A
 
Description
REQUEST FOR INFORMATION For US Department of Labor Occupational Safety and Health Administration Directorate of Administrative Programs (DAP) Management and Professional Support Services This is a REQUEST FOR INFORMATION announcement; a market survey for information only, to be used for preliminary planning purposes. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS SYNOPSIS, THEREFORE NO CONTRACT WILL BE AWARDED AT THIS TIME. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. Respondents will not be notified of the results of the evaluation. The U.S. Department of Labor (US-DOL) through the Occupational Safety and Health Administration (OSHA) - National Office has been tasked to solicit for management/professional assistance support for various DAP offices as well as other OSHA Directorates. Directorate of Administrative Programs has oversight over offices such as; Office of Administrative Services (OAS), Office of Human Resources (OHR), Office of Management Systems and Organization (OMSO) and the Office of Program Budgeting, Planning and Financial Management. DAP's mission is to provide management and professional assistance support services to the offices of DAP and various other OSHA Directorates. DAP seeks high qualified management level and professional to maximize the business performance of the organization as we strive to meet OSHA's mission. The contractor shall provide management and professional level support services for DAP and it's offices, along with other various OSHA Directorates. The anticipated areas of support include but are not limited to a wide-range of competence related to Human Resources, Management Systems and Organization, Program Budgeting, Planning and Financial Management. The contractor will be requested to assist directorate management in a wide variety of executive level technical support duties. Coordinates special projects, monitor timelines, and identify potential problems. Gather, organize and analyze data, develop solutions and alternative methods. Write technically complex narratives. Organize material and complete writing assignments according to set standards regarding order, clarity, conciseness, style and terminology. Maintain records and files of the work and revisions. Edit, standardize, or make changes to material prepared by others. Respond to official correspondence, Freedom of Information Act (FOIA) request, as well as other departmental requests. The contractor may also be requested to prepare high level briefing materials using various software packages, develop and maintain complex spreadsheets, prepare reports, summaries of the projects. The contractor will be requested to create, develop, facilitate and execute presentations for meetings, workshops, exhibits, conferences and special events. Develop and organize training manuals, multimedia, visual aids and other educations materials. Monitor, evaluate or record training activities or program effectiveness. Implement or administer directorate or agency wide document management systems and relate procedures to allow agency to capture, store and retrieve, share and destroy electronic records and documents. Operate data capture technology to import digitized document into document management system. Assist in determining document management policies to facilitate efficient, legal and secure access to electronic content. Assist in the development and evaluation of the OIS by reviewing programs, developing documents, conducting surveys and performing studies. The contractor will be requested to develop and/or implement recruiting strategies to meet current or anticipated staffing needs. Interpret and explain human resources policies, procedure laws, standard or regulations. Evaluate job positions determining classification, exempt or non-exempt status and salary. Prepare occupational classification, job descriptions. Perform staffing duties, to include dealing with understaffing, document disputes and disciplinary procedures. Provide advice on the resolution of classification and salary complaints. Prepare reports, such as organization and flow charts, career path reports to summarize analysis and evolution and compensation analysis information. Assist with performance management activities, including assisting in developing standard performance standards and providing advice on current performance management processes. The contractor will be requested to prepare and analyze monthly reports to maintain accounting controls, as well as regular and special reports to the Treasury Department. Consult with managers to ensure that financial and accounting adjustments are made in accordance with proper Federal procedures. Compile and analyze accounting records and other data to determine the financial resources required to implement a program. Perform cost benefits analysis to compare operating programs, review financial request or explore alternative financing methods. The period of performance will be effective from the date of award. Base plus 4 years. The Contractor shall complete the work associated with the task order at OSHA National Office located n Washington, DC. The Government will provide the Contractor with all necessary equipment and system access as appropriate to complete assigned tasks. The Government will provide all available procedural guides, standards and references material and other pertinent documentation. All information gathered or created shall be considered Sensitive but Unclassified. It is anticipated that this information will be gathered, created and stored within the primary work location. If Contractor personnel must remove any information from the primary work area they should protect it to the same extent they would their proprietary data and/or company trade secrets. The sue of any information that is subject to the Privacy Act will be in full accordance with all rules of conduct as applicable to Public Law 93-579, Privacy Act of 1974. Travel is not anticipated but if required, it shall be cleared through OSHA before travel may commence. Travel and per diem shall be reimbursed in accordance with Federal Travel Regulations. The type of proposed acquisition and set-aside decision(s) to be issued will depend upon the responses to this request for information. The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of all members of industry, to include the Small Business Community. The Government must ensure there is adequate competition among the potential pool of responsible firms. Small business, Section 8(a), HUBZone, SDVOSB businesses plus firms with GSA Schedules are highly encouraged to respond to this request for information. The Government is seeking qualified, experienced sources for management and professional support services as described in the functional area discussion above. The contract period of performance is for a 1 base and four options. The total contract capacity is estimated above $5,000,000. The North American Industry Classification System code for this procurement is 541990 which has a small business size standard of $7M. The official REQUEST FOR PROPOSALS/QUOTES will be issued on Federal Business Opportunities www.fbo.gov and inviting firms to register electronically to receive a copy of the solicitation when it is issued. Firm's response to this REQUEST FOR INFORMATION shall be limited to 7 pages and shall include the following information: 1. Firm's name, address, point of contact, phone number, and e-mail address. 2. Firm's interest in bidding on the solicitation when it is issued. 3. Firm's capability to perform in the following requirements. 4. The responding firm should identify work with the project title, whether performing the specific work as a prime or subcontractor, beginning and ending dates of project, brief description, and project cost. 5. Each responding firm should include at least three (3) projects specific to conducting evaluations, surveys, assessments and statistical analyses for each specific project in excess of $1,000,000 and completed within the last five years. 6. Firm's Business Size - for example, LB, SB, 8(a), HUBZone, and SDVOSB 7. State your GSA Schedule, if applicable. 8. Firm's Joint Ventures (existing), including Mentor Protégés and teaming arrangement information is acceptable. Interested Firm's shall respond to this Request for Information no later than 7th January 2013 NLT 11am EST. All interested firms must be registered in https://www.sam.gov to be eligible for award of Government contracts. Email your responses to conaway.stacy@dol.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOL/OASAM/WashingtonDC/DOL131RI21622/listing.html)
 
Place of Performance
Address: 200 CONSTITUTION AVENUE, WASHINGTON, District of Columbia, 20210, United States
Zip Code: 20210
 
Record
SN02953937-W 20121222/121220235755-0a98485c5ecab6529ac43ded391681aa (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.