Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 21, 2017 FBO #5872
SOURCES SOUGHT

R -- Independent Verification and Validation (IV&V)

Notice Date
12/19/2017
 
Notice Type
Sources Sought
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
Department of State, Office of Acquisitions, Acquisition Management, 1735 N. Lynn St., Arlington, Virginia, 22209, United States
 
ZIP Code
22209
 
Solicitation Number
19AQMM18N0017
 
Archive Date
1/19/2018
 
Point of Contact
Patrick T. Dermidoff, Phone: 571-345-0589
 
E-Mail Address
dermidoffpt@state.gov
(dermidoffpt@state.gov)
 
Small Business Set-Aside
N/A
 
Description
I.INTRODUCTION A. About the Bureau of Overseas Buildings Operations The Bureau of Overseas Buildings Operations (OBO) directs the worldwide overseas building program for the Department of State and the U.S. Government community serving abroad under the authority of the chiefs of mission. In concert with other State Department bureaus, foreign affairs agencies, and Congress, OBO sets worldwide priorities for the design, construction, acquisition, maintenance, use, and sale of real properties and the use of sales proceeds. OBO's mission is to provide safe, secure and functional facilities that represent the U.S. government to the host nation and support our staff in the achievement of U.S. foreign policy objectives. As the single real property manager for the U.S. Government's diplomatic facilities abroad, OBO's portfolio spans 275 diplomatic posts in every region of the world. To achieve the multifaceted mission described above, OBO and its global customers depend on receiving the right data, services, and products at the right time. To succeed in this mission, OBO must be an integrated enterprise. B. About the OBO Ideal Operational State Program OBO established the Ideal Operational State (IOS) program to improve information management, data accuracy, and business processes throughout the Bureau's real property portfolio. The overarching goal of IOS is to ensure that data-accessible from Washington, D.C. or anywhere around the world-is ready, reliable, and relevant at any point in the OBO real property lifecycle. Access to this data will enable OBO and the Department of State to improve on existing data-driven decision processes. A major component of the IOS program is the implementation of an integrated enterprise system of record that will provide unified, accurate, and easily accessible data on all OBO projects. The rollout of this system will affect thousands of users at OBO and at posts worldwide. OBO will ensure the functionality and interoperability of this system through the implementation requirements below: •Maximize integration •Minimize customization •Maximize speed to implementation •Support defined business processes •Maximize data availability Considering the size of OBO's real property portfolio, along with the number, variety, and location of customers that rely on OBO services, the IOS program represents a substantial operational and organizational shift in OBO's current business practices. As such, the IOS implementation period may last 10 years or more, with sustainment and iterative improvement of the program continuing in perpetuity. C. Need for Independent Verification and Validation Services OBO is requesting information on independent verification and validation (IV&V) services to ensure that the IOS program management office (PMO) aligns with industry best practices in program management. OBO also requires IV&V services to assess the quality and accuracy of IOS program deliverables. The scope of this work will include all activities required to independently verify and validate program management tasks and deliverables related to the full life of the IOS program-from standing up the PMO to system implementation to program sustainment strategy. The scope also includes recommending improvements to activities and tasks that occur under the IOS program. These tasks and activities under the IOS program will occur in the following functional areas: 1.Task order management and administration 2.Program management 3.Integrated schedule management 4.Business process gap analysis 5.Risk management 6.Communications 7.Organizational change 8.Training 9.Budget management 10.Quality management 11.Resource management 12.Strategy development 13.System implementation and integration testing 14.System release and migration 15.Requirements management 16.Configuration management 17.Scope management 18.Enterprise architecture 19.Data quality 20.Data migration The IV&V contractor will participate in the program as a member of the PMO, working closely with the government program manager and the PMO support contractor. II.SCOPE OF OBJECTIVES This section outlines a scope of objectives based on OBO subject matter experts' existing knowledge of IV&V services and how OBO stakeholders envision an IV&V contractor will participate in the IOS PMO. As mentioned above, the IV&V contractor would participate regularly in IOS program activities. This level of participation would likely result in regular collaboration among the IOS government program manager, the IOS program support contractor, and the IOS IV&V contractor. OBO welcomes feedback on the below process. 1.0Conduct IV&V Services 1.1Assess whether IOS program activities and deliverables align to industry best practices under the functional areas listed in section I, subsection C of this RFI. 1.2Assess whether the accuracy of resourcing estimates, level-of-effort estimates, and scheduling estimates for IOS program activities align with past industry experience. 1.3Assess IOS program management activities, processes, and deliverables for strategic and operational viability for OBO and Department-wide goals. 1.4Assess the fit of proposed solutions relative to organizational objectives, assess and inform the functional approach of proposed solutions, and identify potential risks and risk mitigation strategies appropriate to OBO- and Department-wide environments. 1.5Recommend solutions for instances when IOS program activities do not align with industry best practices or when planning estimates (scheduling, resourcing, costing, etc) do not align with industry experience. 1.6Ensure that any assessment or recommendation takes into consideration the unique organizational structure of the State Department, especially as this structure pertains to existing processes and systems at both OBO and the 275 different overseas diplomatic posts. 2.0Provide Program Management Support 2.1Support IOS weekly and monthly activity reporting, to include accomplishments, key issues and hourly burn. 2.2Provide contract management support for the primary IOS program management support contract, to include delivery of a program management plan consistent with the Project Management Body of Knowledge (PMBOK). 2.3Monitor risk and update risk management processes. 2.4Monitor program performance and update program performance metrics. 2.5Monitor and assess the accuracy of IOS monthly financial summary reports. 2.6Provide program management support to IOS to include financial management, maintenance of the basis of estimate, task management, resource management, project planning and management, and performance management. 2.7Provide program management support to IOS financial management activities including budget planning, monthly cost and schedule performance, and program funding. 2.8Provide earned value management (EVM) reports for the IOS program. 2.9Provide independent advice on requirements for the IOS program. The contractor shall also provide independent advice on proposals submitted in response to solicitations for services to fulfill IOS program requirements. III.PREREQUISITES At this time, there is no requirement for a facility security clearance or cleared staff under the National Industrial Security Program (NISP). However, if a respondent participates in the NISP and has facility and personnel clearances, that information should be provided in the response. IV.QUESTIONS 1.Does your company have experience providing IV&V services to the State Department? If so, how large was the project for which you provided IV&V services? What kind of project was it? How many users did the project affect? 2.As mentioned in Section II, the IOS program will require expertise in managing organizational change and transformation. Does your company have experience providing IV&V services for programs that would result in a similar level of organizational change, and for a multinational organization that is analogous in size and scope to OBO? If so, please describe this experience. 3.What is your company's approach to providing IV&V services while also participating as an active member in a program management office? 4.Based on the above description (in Sections I and II) of the OBO Ideal Operational State program, what would be the level of effort required to provide IV&V services for the initial ten-year period of the IOS program? And what would be the level of effort for only providing IV&V services to the program management office? 5.What experience does your company have in providing IV&V services to organizations that are implementing the following software products: a.Integrated workplace management system (IBM TRIRIGA) b.Content management system (OpenText) c.Budget management system (product TBD) d.Business intelligence and analytics system (product TBD) V.INSTRUCTIONS Responses The responses should be in the following format/order: 1.Responses must be limited to 10 letter-size pages or less, in Microsoft Word or Portable Document format (PDF), using Times New Roman 12-point font. Include your company Data Universal Numbering System (DUNS) number, CAGE code (if applicable), company point of contact (POC) and your firm's relevant and appropriate NAICS code(s). 2.Respondents must indicate whether their firm is a small or large business. If small, indicate the classification. 3.Respondents must indicate whether they offer the required services on ANY Federal Supply Schedules. If so, please list the schedule numbers. 4.Proprietary information, if any, should be minimized and MUST BE CLEARLY MARKED. To aid OBO, please segregate and clearly mark proprietary information. Please be advised that all submissions become the property of the Government and will not be returned. Formatting The responses should be in the following format/order: 1.General Business Information: Provide general information about your business, to include the information contained in the ‘Responses' section (immediately above), as well as any National Industrial Security Program clearance information. 2.Requirements: Address the requirements contained in Section I (Introduction) and Section II (Scope of Objectives); weight and detail paragraphs and bullets, as appropriate. 3.Experience: Provide experience, capabilities, contracts, and customer information, as appropriate. 4.Questions: Respond to questions in Section IV. 5.Points of Contact: List one or more points of contact for your company. 6.Summary: Provide brief concluding remarks, as appropriate. Restrictions on Response **The government will not entertain telephone calls or questions for this RFI. How to Respond Please submit your response no later than Thursday, January 4, 2018, at 10:00AM Eastern Time, with electronic copies sent to the points of contact listed below. Please enter "OBO IV&V FBO Response" into the email subject field. Point of Contact: Patrick Dermidoff, Contracting Officer: Dermidoffpt@state.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/State/A-LM-AQM/A-LM-AQM/19AQMM18N0017/listing.html)
 
Place of Performance
Address: Arlington, Virginia, 22209, United States
Zip Code: 22209
 
Record
SN04770930-W 20171221/171219231207-9427c3fcee9873649e273bf6f5624b38 (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.