Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 05, 2018 FBO #5887
SOURCES SOUGHT

R -- OPM HRS SAG Operations Support - Draft SOO

Notice Date
1/3/2018
 
Notice Type
Sources Sought
 
NAICS
541612 — Human Resources Consulting Services
 
Contracting Office
Office of Personnel Management, Office of Procurement Operations, Contracting, 1900 E Street, N.W., Room 1342, Washington, District of Columbia, 20415-7710, United States
 
ZIP Code
20415-7710
 
Solicitation Number
24322618S0003
 
Archive Date
3/23/2018
 
Point of Contact
William Curto, Phone: 2026061584, Laurie Griffin,
 
E-Mail Address
william.curto@opm.gov, OPOTeamCmailbox@opm.gov
(william.curto@opm.gov, OPOTeamCmailbox@opm.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
HRS SAG Operational Support Draft SOO This is a Sources Sought Notice 24322618S0003 to identify small businesses that are capable of supporting a variety of human capital initiatives at Federal agencies. The contractor will ensure that all relevant and essential implementation actions are taken to ensure successful solution readiness and delivery. The contractor will meet timeliness and quality metrics throughout the life cycle of this effort. This notice is issued solely for informational and planning purposes and does not constitute an Invitation for Bids, Request for Proposals or Request for Quotations. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract, nor do they affect a potential offeror's ability to respond to any future synopsis/solicitation, which may or may not follow or restrict the U.S. Government's eventual acquisition approach. Additionally, the U.S. Government will not provide reimbursement for any information that may be submitted in response to this notice. Respondents are solely responsible for all expenses associated with responding. Background: This Sources Sought Notice is being issued by the Office of Personnel Management (OPM) Office of Procurement Operations (OPO) on behalf of the OPM Human Resource Solutions (HRS). HRS seeks to recruit and hire the best talent; to train and motivate employees to achieve their greatest potential; and to constantly promote an inclusive work force defined by diverse perspectives. OPM provides human resources, leadership, and support to Federal agencies and helps the Federal workforce achieve their aspirations as they serve the American people. As part of its mission, OPM provides technical assistance to Federal agencies to meet their most critical human capital challenges. Human Resources Solutions (HRS) is the OPM division dedicated to providing exceptional HR products and services to meet the dynamic human capital needs of the Federal Government. Providing HR solutions to Federal agencies for more than 50 years, HRS comprises more than 300 professionals nationwide. HRS employs HR consultants, psychologists, IT specialists, faculty, program managers, and a wide range of contractors to assist Federal agencies in achieving their missions by partnering with them to develop leaders, attract and build a high quality public sector workforce, and transform the agencies into high performing organizations. HRS products and services align with the most challenging human capital challenges and the HR lifecycle. We help agencies strategize to implement human capital programs that set the stage for an effective and efficient organization to operate at peak performance. These solutions lay the foundation for agencies to acquire and engage a highly effective workforce and, when the time is right, transform their organization. The selected contractor will work with HRS to support a variety of human capital initiatives at Federal agencies specifically focused on: •Business Process Reengineering •Data Analysis •Candidate Sourcing •Examining •Onboarding •Position Classification •Workload Analysis •Workforce Reshaping •Performance Management •Training Capability Statement / Information Sought: Interested small businesses are encouraged to respond to this notice. However, be advised that generic capability statements are not sufficient for effective evaluation of respondents' ability to perform the specific work as required. Responses must directly demonstrate the company's experience and/or ability to satisfy the minimum requirements listed below. Instructions for Responding to the Sources Sought Notice: Responses to this notice shall include a Statement of Qualifications/Capabilities Statement package, as well as the cover letter. The cover letter shall, at a minimum, include the following information: 1. Response to Sources Sought Notice 24322618S0003 2. Vendor's Company Name, Address, Contact Person (2 POCs) Information; 3. Vendor's DUNS Number; and 4. Business Size and Size Standard / Classification relative to North American Industry Classification System (NAICS) code of 541612. 5. Specify small business profile, i.e., Small Business Administration (SBA) 8(a) Program, HUBZone, women-owned, veteran-owned, service disabled veteran-owned or small disadvantage business schedule contractor; and 6. GSA schedule and GSA Schedule contracts that is applicable to NAICS 541612. Please note that the collection of this data does not obligate the U.S. Government to the incorporation of the solicited comments in any future procurement action nor does it obligate the Government to the procurement of any services or products related to this notice. Proprietary information should not be included in the responses, further, responses to this notice will not be returned. OPM requests that the capability statement, which is the response to questions below, not exceed fifteen (15) single spaced pages ; you may also include a cover page. Each response should use the following Page Setup parameters: • Font size - 10 points or larger (Body) • Font size - smaller than 10 points (text in diagrams or other graphics) • Margins - Top, Bottom, Left, Right - 1" • At a minimum, your organization's name and a page number should appear in the header or footer of all pages that constitute the body of your response. • If applicable, please include your GSA Schedule contract number. • Number your responses to match the question number. To maximize the space for your response, do not repeat the question as part of your response. All responses shall be in MS Word or Adobe Portable Document Format (PDF). All responses must be received by the specified due date and time in order to be considered. Please note that the collection of this data does not obligate the U.S. Government to the incorporation of the solicited comments in any future procurement action nor does it obligate the Government to the procurement of any services or products related to this notice. Proprietary information should not be included in the responses, further, responses to this notice will not be returned. Interested parties shall address the following when responding: 1. Briefly summarize your corporate experience your company has operating Human Capital and Training Solutions and address the experience your company has with each of the tasks in the attached draft Statement of Objectives (SOO). 2. Would there be any additional information that you would need in order to submit a competitive price proposal? Please explain why or why not. 3. Are these services offered from your firm on GSA Federal Supply Schedule or another contractual vehicle available to all federal agencies? If so, please list the GSA schedule contract. 4. Will your company perform this work with their own employees or have sub-contractors? And if sub-contractors, which tasks would need to be sub-contracted? 5. In reference to Tasks and Sub-Tasks: A) Does the draft SOO make it clear that some Tasks will run concurrently? B) Does the draft SOO make it clear that some Tasks are optional and may not be performed? C) When the government exercises optional CLINs, would you be able to provide support personnel within 2 weeks or less for each task? Why or why not? D) Would your company be able to bid on all of the tasks, or should some tasks should be removed and why? 6. Is there enough detail in the draft SOO to provide a level of effort in terms of price and key personnel? 7. If there are details in the draft SOO that need clarification or are unclear, then what questions do you have about the draft SOO that the Government may use to modify the draft SOO? 8. Does your company have sufficient staffing support the tasks in the draft SOO at time of award or would need transition time to ramp up/ramp down quickly to support peaks and valleys with this requirement? Are there specific tasks that your company would have to staff in order to start performance at award? 9. Would you propose on this requirement as it is currently written? Why or Why not? Information Submission Instructions: All questions shall be submitted to OPOTeamCmailbox@opm.gov via email, no later than 11:00 AM Eastern Standard Time (EST) on January 09, 2018. All Capability Statements sent in response to this sources sought notice must be submitted electronically to OPOTeamCmailbox@opm.gov no later than 11:00 AM Eastern Standard Time (EST) on January 23, 2018. Additional Information: There is no commitment by the Government to issue a solicitation, to make an award(s), or to be responsible for any monies expended by any interested parties in support of any effort in response to this sources sought notice. Any information submitted in response to this sources sought notice is strictly voluntary. This sources sought notice is for information planning purposes and the Government will not pay or otherwise reimburse respondents for information submitted. It is the responsibility of potential offerors to monitor this site for the release of any follow-on information. All documentation shall become the property of the Government. Unless otherwise stated herein, no additional information is available and any request for additional information will be disregarded.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/OPM/OCAS/CD/ 24322618S0003 /listing.html)
 
Place of Performance
Address: TBD, United States
 
Record
SN04779726-W 20180105/180103230856-84051753424694e9d366e2fe4258714c (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.