Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 15, 2017 FBO #5532
MODIFICATION

D -- US Dept of Treasury Enterprise Wide Integrated Talent Management Solution

Notice Date
1/13/2017
 
Notice Type
Modification/Amendment
 
NAICS
511210 — Software Publishers
 
Contracting Office
Department of the Treasury, Internal Revenue Service (IRS), National Office Procurement (OS:A:P), 6009 Oxon Hill Road, Suite 500, Oxon Hill, Maryland, 20745
 
ZIP Code
20745
 
Solicitation Number
TIRNO-17-Q-00019
 
Archive Date
1/28/2017
 
Point of Contact
Justin C. DeWitt, Phone: 2406137333
 
E-Mail Address
justin.c.dewitt@irs.gov
(justin.c.dewitt@irs.gov)
 
Small Business Set-Aside
N/A
 
Description
***UPDATE** *January 13, 2017 - THe RFQ has been posted to GSA eBuy under the Solicitation#RFQ1163741*** In efforts of increasing transparency and industry engagement, The United States Department of the Treasury's (Treasury) Internal Revenue Services on behalf of the Treasury Chief Information Officer (CIO) and the Chief Human Capital Officer (CHCO) is publishing this pre-solicitation announcement for the agency's requirement for an Enterprise wide Integrated Talent Management (ITM) solution. The IRS seeks to procure and implement a single solution enterprise-wide, cloud-based Integrated Talent Management (ITM) solution capable of addressing a full range of talent management-related activities to include, learning management, competency management, performance management, compensation management, succession planning and workforce planning / analytics software modules. Treasury plans to implement the solution across all Treasury Bureaus, encompassing roughly 100,000 employees and roughly 25,000 contract support staff. As a sanctioned government shared service provider, Treasury may seek to apply these solutions to other Cabinet Department and Agencies as well. The solution will be a part of the OCIO's Enterprise Business Solutions (EBS) shared services portfolio. Treasury is also seeking data integration, date migration, implementation support, training, help desk and recurring operations and maintenance support for the Software as a Service (SaaS) solution. Additional functionality, project support and configuration services will also be included. Anticipated deliverables include software, technical documentation and technical reports. A single award Blanket Purchase Agreement is contemplated. Firm Fixed Price (FFP) and/or Labor Hour (LH) Orders may be issued under this agreement. The total ordering period for this contract will be sixty (60) months and the maximum contemplated ordering amount is anticipated to be about $18,000,000.00. The North American Industry Classification System (NAICS) code for this acquisition is 511210 and the size standard for small business is $38.5M. The Government's intended acquisition strategy is to use an agile Two -Phased Evaluation approach commonly used in the private sector, under the federal regulations of FAR 8.405. All offeror's must have a valid General Services Administration's (GSA) Federal Supply Schedule (FSS) Schedule 70; SIN 132-33, SIN 132-34; SIN 132-51 contract vehicle (or applicable agency/teaming arrangement) as of the date quotes are submitted to the Government and prior to award. 1. This solicitation will have two phases in order to select the most capable Prime Contractor, based on established evaluation criteria of which will vary by phases. The purpose of the two-phase approach is to streamline the process for offerors and minimize traditional burdens placed on them associated with lengthy paper-based proposal submissions. 2. Offerors will have Two (2) weeks to submit their proposal for Phase One of the source selection process. All submissions will then be evaluated. The Government will initially screen each offer in accordance with the discriminating criteria in the RFQ. If an offeror is not able to meet all of the discriminating criteria, the offer will not be evaluated any further and will be eliminated from further consideration. 3. In Phase One, the Government will then evaluate the remaining offerors 10-page concept paper submissions for technical approach, past experience, past performance and conduct a price analysis of the remaining offerors proposals. The Government will eliminate from further consideration any offerors that submitted technically unacceptable offers. The Government will then reduce the number of remaining offerors to what is considered to be an appropriate number by only inviting the most competitive offerors to Phase Two. 4. Offerors invited to Phase Two will be randomly assigned a date to conduct an oral presentation/demonstration in Washington, D.C. of the functional product based upon the sample scenarios. Those offerors will have about two (2) weeks to provide a functional product, testing sandbox website for product testing and a PWS. All product design concepts shall become the property of the Government. 5. The Technical Evaluation Panel will then evaluate the Stage Two submissions inclusive of pricing based on the established criteria and make a final award for the overall solicitation. As of January 13, 2017, the entire solicitation has been issued on the GSA eBuy website https://www.ebuy.gsa.gov/advantage/ebuy/start_page.do under the Solicitation# RFQ1163741. Interested parties should visit the GSA eBuy website to obtain a copy of the solicitation. All responsible sources may submit a proposal in response to the RFQ which shall be considered. This notice is not an Request for Proposal (RFP), Request for Quotation (RFQ), or an invitation for bid. Any contractual questions or questions concerning this Pre-solicitation Notice may be directed to the Contracting Officer, Justin C. DeWitt at, Justin.C.DeWitt@irs.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/TREAS/IRS/NOPAP/TIRNO-17-Q-00019/listing.html)
 
Place of Performance
Address: Contractor's location and various Treasury locations including Washington D.C., United States
 
Record
SN04371353-W 20170115/170113234002-4ec388f3d6c43ad5fb236dc0e9b85a02 (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.