Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 08, 2017 FBO #5768
SOLICITATION NOTICE

R -- Project Management Services for OII - sf 1449

Notice Date
9/6/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541618 — Other Management Consulting Services
 
Contracting Office
Small Business Administration, Office of Chief Finanical Officer- Aquisition Division, SBA Contracting, 409 Third Street, S.W., Washington, District of Columbia, 20416, United States
 
ZIP Code
20416
 
Solicitation Number
SBAHQ-17-R-0017
 
Point of Contact
Toni Hoskinson, Phone: 202-205-7457
 
E-Mail Address
toni.hoskinson@sba.gov
(toni.hoskinson@sba.gov)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Attachment B - PPQ Solicitation Terms & Conditions - complete includes attachment A SF 1449 for pricing Solicitation Number: SBAHQ-17-R-0017 Notice Type: Combined Pre-Solicitation/Solicitation SYNOPSIS: SBAHQ-17-R-0017 Statement of Objectives for Office of Investment and Innovation Performance Management Support A combined synopsis/solicitation as a Statement of Objectives (SOO) for services under the Federal Acquisition Regulation (FAR) Part 12, Acquisition of Commercial Items, this is the solicitation is for Performance Management Support Services for the Small Business Administration, Office of Investment and Innovations. This statement of objective seeks proposals and a corresponding performance work statement to the below objectives. The complete details for this combined synopsis / solicitation are attached to this announcement. SERVICES AND GENERAL OBJECTIVES This statement of objectives ("SOO") describes the United States Small Business Administration's Office of Investment and Innovation vision and desired objectives for a long-term workforce augmentation engagement with a Contractor that possesses deep expertise in public sector performance management. As part of this effort, the Contractor may provide a number of consultative and support services, which may include but not be limited to strategic planning, metric development and benchmarking, performance monitoring, research and analysis, change management, meeting facilitation, and staff training. As this is a statement of objectives and not a statement of work, Contractors are expected to propose strategies and methods for achieving the objectives outlined in this document during the pre- and post-award phases, and to work closely with OII senior leadership during post-award to ensure that all objectives are continuously being met to OII's satisfaction. DESCRIPTION OF SERVICES: The United States Small Business Administration ("SBA") was officially established in 1953. Its mission is to maintain and strengthen the nation's economy by aiding, counseling, assisting, and protecting the interests of small businesses, and by helping families and businesses recover from national disasters. Within SBA, is the Office of Investment and Innovation, which consists of two offices, the Office of Investment and the Office of Innovation and Technology. The Office of Investment was officially established in 1958. Its mission is to stimulate and supplement the flow of private equity capital and long-term loan funds which small-business concerns need for the sound financing of their business operations and for their growth, expansion, and modernization, and which are not available in adequate supply. The Office of Investment consists of six sub-offices (Business Operations, Program Development, Licensing, Examinations, Operations, and Liquidation), and the Associate Administrator's front office (collectively referred to herein as "OII"). Although OII is used herein, the activities associated with this SOO pertain only to the Office of Investment within OII. OII manages the current Small Business Investment Company ("SBIC") program. The SBIC program operates as a fund of funds by providing U.S. taxpayer guaranteed long-term loans to SBA-licensed SBICs. The SBICs use these taxpayer guarantees and privately raised funds to independently provide capital, primarily in the form of subordinated debt with equity enhancements, to qualifying small businesses. As of June 12, 2017, the SBIC program had a portfolio of 316 active SBICs with total outstanding and committed U.S. taxpayer guaranteed capital of approximately $14.6 billion, as well as a portfolio of 101 failed SBICs with associated taxpayer capital and assets of approximately $771.5 million. SBA has limited performance management assistance in-house. Therefore, OII is seeking workforce augmentation and other related services from a deeply experienced Contractor to provide additional support and ensure that OII, and its sub-offices, can set, monitor, and meet ambitious strategic and policy goals as determined by the Administration, the SBA Administrator, the SBA Associate Administrator in OII, and OII senior leadership. 1.1. Vision OII's vision for this contract is to secure top-notch performance management services that empower OII to set, monitor, and achieve ambitious strategic and policy goals, to ensure alignment between operational tactics and overall strategy throughout OII, and to build a culture of efficiency, effectiveness, accountability, performance, and feedback among OII staff. 1.2. Objectives The objectives described within this section establish an initial list of desired outcomes. However, this list is neither exhaustive nor comprehensive. Furthermore, to preserve maximum flexibility, items listed may or may not be part of the final services provided. Instead, this list is intended to provide a Contractor with a sense of OII's performance management needs. Specific tasks and methods for this contract are not prescribed. However, tasks may include: Developing strategic plans, business processes, and recommendations for execution. Planning strategic milestones and providing relevant recommendations and analysis. Conducting program policy, regulation, and staff alignment reviews. Clearly articulating the results of the products outlined above to all stakeholders. Providing recommendations for organizational vision and mission statements; strategies, goals, and objectives; regulations, policies, and technical notes; operational tactics; and staff activities. Assisting with the development of program logic models and learning agendas. Researching, analyzing, and assessing the impact of strategic issues or initiatives. Conducting organizational assessments and change management activities. Developing recommended metrics and indicators for performance monitoring. Benchmarking metrics and indicators against past performance and strategic goals and objectives. Developing recommended feedback mechanisms and assessing feedback results. Developing related databases, dashboards, website content, reports, and other performance reporting tools. Providing training to support a wide variety of mission-critical tasks, including but not limited to continuous productivity improvement, team building, communication skills, focus groups, inter-group development, customer service, automation skills, and leadership development. Preparing surveys, collecting feedback data, and performing relevant analyses. Providing expert advice to support planning, development, and management as necessary. -FIRM FIXED PRICE CONTRACT TYPE PERIOD OF PERFORMANCE The period of performance for this contract is a one-year base period and one, one-year option periods. Base Period - to be completed at time of award Option period 1 - (1 year) Option period 3 - (1 year) Option period 3 - (1 year) Option period 4 - (1 year) Award Information: This is being advertised as a TOTAL SERVICE DISABLED VETERAN OWNED SMALL BUSINESS SET-ASIDE in accordance with FAR 52.219-27. The base year to be for a firm-fixed annual price. The proposed base performance period will be from award for 12 months. SBA is issuing this solicitation under the North American Industry Classification (NAICS) Code is 541618, Other Management Consulting Services.. The proposals will be evaluated based on the Best Value Trade-off Selection Process. LIMITATION ON SIZE AND PROPOSAL DUE DATE: Offerors shall limit Part I, Proposal and Performance Work Statement and response to Factors I and II shall not exceeds 30 page limitation, the Government will evaluate up through the permitted number of pages only. Pages beyond that limit will not be evaluated. A page is considered to be one side of a single sheet of 8 ½ x 11 paper, single spaced, not smaller than 12 inch type and having margins at the top, bottom and sides of the page no less than one inch in width. All questions related to the solicitation are due to the Contracting Officer at TONI.HOSKINSON@SBA.GOV no later than September 08, 2017 by COB (5:00pm ET/2:00pm MT). Your submissions will only be received via electronic emails and must be received no later than September 12, 2017 by 2:00pm ET/12:00pm MT. to the following e-mail address: Toni.Hoskinson@SBA.GOV.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/SBA/OOA/OPGM/SBAHQ-17-R-0017/listing.html)
 
Place of Performance
Address: 409 3rd St SW, Washington, District of Columbia, 20416, United States
Zip Code: 20416
 
Record
SN04662650-W 20170908/170906231833-d361c37864198538bf128aa4ba4df5de (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.