SOURCES SOUGHT
U -- Agile Coaching Services
- Notice Date
- 7/8/2016
- Notice Type
- Sources Sought
- NAICS
- 541519
— Other Computer Related Services
- Contracting Office
- General Services Administration, Federal Acquisition Service (FAS), FAS Acquisition Operations Division (5QZA), 230 S. Dearborn Street, Room 3280, Chicago, Illinois, 60604, United States
- ZIP Code
- 60604
- Solicitation Number
- ID15160010
- Archive Date
- 8/5/2016
- Point of Contact
- Eben R. Greybourne, Phone: (312) 886-3811, Brian Bogucki, Phone: 3123539629
- E-Mail Address
-
eben.greybourne@gsa.gov, brian.bogucki@gsa.gov
(eben.greybourne@gsa.gov, brian.bogucki@gsa.gov)
- Small Business Set-Aside
- N/A
- Description
- Sources Sought and Pre-Solicitation Notice for Agile Coaching Services OPENING STATEMENT: THIS IS A SOURCES SOUGHT NOTICE FOR MARKET RESEARCH ONLY - NO AWARD WILL BE MADE FROM THIS NOTICE. THIS ALSO SERVES AS THE PRE-SOLICITATION NOTICE AS PRESCRIBED BY FAR 5.201. This NOTICE is published to gain knowledge of firms that are potentially capable of providing the services described in the attached DRAFT Performance Work Statement (PWS) or Statement of Work (SOW). Please note that the PWS/SOW is in draft form and the Government anticipates revisions to this document prior to release of the solicitation. Release of a solicitation is tentatively planned in the third quarter of calendar year 2016. THIS NOTICE DOES NOT OBLIGATE THE GOVERNMENT TO SOLICIT FOR THIS REQUIREMENT OR AWARD A CONTRACT. RESPONSES TO THIS NOTICE: Firms with the skills and capabilities to fulfill this requirement and who would be interested in submitting a quote/proposal, in the event that a solicitation is issued, are requested to provide the following information -- 1. Name of Company: 2. Address of Company: 3. Name, phone number and email address of company representative. 4. Company size standard and/or socio-economic standing; i.e., large business, small business, veteran-owned small business, service-disabled veteran-owned small business, HUB Zone small business, small disadvantaged business, or women-owned small business. 5. Name of any current indefinite quantity/indefinite delivery (IDIQ) contracts held by your company through which the required services can be acquired (Federal Supply Schedule contract, Government Wide Acquisition Contract (GWAC), NASA SEWP, etc.). Negative responses are requested. 6. A Capability Statement describing the knowledge, skills, and experience offered by your firm that qualify you to successfully perform this requirement. Include references to any current or past contracts or work you have performed for the same or similar services described in the attached PWS/SOW to substantiate your capability. 7. Comments or suggestions regarding the PWS/SOW (optional) Send responses by email to Mr. Eben Greybourne (eben.greyboure@gsa.gov), on or before 20 July, 2016. U.S. General Services Administration, Great Lakes Region, Federal Acquisition Service, Acquisition Operations Division (5QZA), 230 South Dearborn Street, Room 3808, Chicago, Illinois 60604. REQUIRING ACTIVITY: This is a requirement of The General Services Administration, Integrated Award Environment (IAE) Office. This office is responsible for developing and maintaining procurement data systems for the U.S. Government. PROCUREMENT INFORMATION: As prescribed by FAR 5.207, the following information is provided. Solicitation Number: ID15160010 Project Title: Agile Coaching Services NAICS Code: 541519, Other Computer Related Services Small Business Size Standard: $27.5 million (average annual receipts) Product Service Code: D399, Other IT and Telecommunications Set-aside Status: This will be determined from the results of this RFI; however, a small business set-aside is contemplated. Commercial Contract: Yes-- FAR 52.212-4, Contract Terms and Conditions, and FAR 52.212-5, Contract Terms and Conditions Required to Implement statutes or Executive Orders - Commercial Items, apply. Contract Vehicle: Open market contract or a task order under an IDIQ contract. Line Items: labor categories Pricing Strategy: Not yet determined but fixed price level of effort is contemplated. Place of Delivery or Performance: Washington, D.C. Time of Delivery: N/A The anticipated award date: October 2016 Period of Performance: Twelve month base period plus two twelve month option periods Special Qualifications: Coaches must be training and experienced in Agile coaching, with at least a Scaled Agile Framework (SAFe) Program Consultant (SPC) certification.. Additional Requirements: N/A Defense Priorities and Allocations system (DPAS): N/A Solicitation availability: The solicitation will be available through FBO or GSA eBuy depending on the solicitation strategy resulting from the responses to this RFI. Solicitation, Evaluation, Award Process: competitive solicitation, best value selection Description of Product or Service: See attached DRAFT PWS Summary: The contractor shall provide customized Agile Coaching Services to the IAE leadership and teams to facilitate the ongoing IAE staff's organizational cultural transition to Agile practices. The contractor shall: •Provide an experienced and certified Agile Coach to work side by side with IAE's leadership and team(s) at IAE's workplace as employees execute Agile practices. The coach shall also assist in easing the organizational cultural transition from well-established federal hierarchical structures, processes, and reporting to the transformation that Agile tends to introduce. •Coach IAE in adapting Agile methodologies, especially SAFe, to the IAE work environment and overcome internal barriers to excellence by assisting with tasks such as defining Definition of Done, and estimation of stories and navigating through difficult Agile issues. •Coach IAE in achieving Continuous Integration and Continuous Deployment and Delivery. •Work with IAE's leadership, project managers, business analysts, IT specialists, product owners and others who are responsible for forward progress and proven results, focusing on the facilitation of events that help create change and improvement. •Help IAE adopt an Agile mindset that serves IAE's users with implementing a product vision that continually improves. •Assess the state of IAE's Agility Maturity and provide feedback on how to best position IAE to accommodate traditional project management requirements, budgeting, contracting, and reporting with Agile practices, documentation and reporting. •Provide advice on how best to protect dedicated Agile teams from being tasked with non-Agile work assignments. •Provide recommendations on adapting performance metrics reporting and budgeting to Agile approaches. •Point out root causes when an Agile team(s) is veering away from Agile practices and how to steer the team(s) back to Agile practices. NOTE: As stipulated by FAR 5.207 (c)(16)(i) All responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency. NOTE: Pricing is not requested or needed at this time.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/18b87801a431792bab49c09cbe14b278)
- Place of Performance
- Address: 1800 F Street NW, Washington, District of Columbia, 20405, United States
- Zip Code: 20405
- Zip Code: 20405
- Record
- SN04176059-W 20160710/160708234447-18b87801a431792bab49c09cbe14b278 (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 |