Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 24, 2020 SAM #6782
SOURCES SOUGHT

R -- OPM CLD Institutional Effectiveness System (IES)

Notice Date
6/22/2020 10:30:49 AM
 
Notice Type
Sources Sought
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
OPM PHILADELPHIA REGION CONTRACTING PHILADELPHIA PA 19106 USA
 
ZIP Code
19106
 
Solicitation Number
OPM20S33078
 
Response Due
7/2/2020 11:00:00 AM
 
Archive Date
10/22/2020
 
Point of Contact
Laurie Griffin, Phone: 202-430-1171
 
E-Mail Address
Laurie.Griffin@opm.gov
(Laurie.Griffin@opm.gov)
 
Description
This is a Request for Information OPM20S33078 is issued by Office of Personnel Management (OPM) Center for Leadership Development (CLD) to seek a comprehensive, web/cloud-based evaluation and business performance measurement system for their full range of leadership educational programs and their supporting processes and activities. 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. Participation in this RFI is optional.� Non-participation in this RFI will not restrict an offeror against participation in any future solicitations for the same or similar requirement.� Likewise, participation in the RFI will not provide any advantage in future solicitations over offerors who did not participate Background: OPM�s Center for Leadership Development (CLD) is seeking to acquire an organizational-wide Institutional Effectiveness System (IES) (also known as an evaluation tool or platform) to support an evidence-based decision-making process for its strategic, tactical and operational activities. CLD is part of the Human Resources Solutions (HR Solutions) organization within the Office of Personnel Management (OPM), which provides human resources products and services to meet the dynamic needs of the Federal Government. CLD�s nationwide cadre of faculty, leadership development consultants, and program managers assist Federal agencies in achieving their missions by partnering with them to develop leaders, build a high-quality public sector workforce, and transform the agencies into high-performing organizations through its leadership educational and training programs. CLD delivers critical residential, non-residential, distance learning and blended leadership development solutions for entry level to experienced managers (GS-7 through GS-15 as well as Senior Executive Service (SES) members) of Federal, state, local, and international governments at its development centers and other location around the country. This includes programs conducted by its teams at the Federal Executive Institute, the Federal HR Institute, and the Eastern and Western Management Development Centers. On average, CLD provides more than 500 training programs, impacting over 15,000 participants and serving approximately 150 agencies a year.� Project Scope: CLD requires a comprehensive, systematic, modern, and customer centric IES that will support CLD�s training evaluation, assessment, data analysis, reporting, data visualization and utilization activities required to assess and monitor the effectiveness, efficiency and quality of CLD�s educational programs and related activities. In addition, the IES will provide CLD leadership insight into its business operations allowing them to conduct an evidence-based decision-making process.� The IES should allow all CLD stakeholders to assess, manage, learn and act on quantitative and qualitative data collected. The IES must be a FedRAMP authorized solution with a FISMA moderate approval or the option for an on-premises deployment.� This IES must comply with all Federal government laws, policies, standards, and regulations that apply. The system must have the ability to interface with CLD�s current LMS (CLD Central-Moodle LMS) and course tracking system (Airtable). It must also import CLD�s legacy data from most common numerical and text data formats into new system, including data from its current course evaluation system. Capability Statement / Information Sought: Interested vendors 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 respond to the numbered items below and demonstrate the vendor's experience and/or ability to satisfy the minimum requirements in the project scope. Instructions for Responding to the RFI: Responses to this notice shall include a Statement of Qualifications/Capabilities Statement package and a cover letter. The cover letter shall, at a minimum, include the following information: Response to Request for Information: OPM20S33078 Vendor's Company Name, Address, Contact Person (2 POCs) Information; Vendor's DUNS Number; and Business Size and Size Standard / Classification relative to North American Industry Classification System (NAICS) code of 541611 �Administrative Management and General Management Consulting Services� 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, if applicable. Vendor�s GSA GWAC-FSS / NASA SEWP/etc contract number as applicable OPM Capability Statement Requirements: The capability statement, which is the response to questions below, not exceed ten (10) single spaced pages and 5 MB in file size; you may also include a cover page which is excluded from the page limit. Each response should use the following Page Setup parameters: � Font size � Body - 10 points or larger; Diagrams/Graphics � 8 pts or larger � Margins - Top, Bottom, Left, Right - 1"" � Header/Footer - 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. � 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: Required & Optional Information:� Each company�s response to this RFI shall contain the following information: Experience: A summarized description of your company�s experience specifically with the implementation and related consulting support of a web/cloud-based platform for the evaluation, assessment, analysis, reporting, data visualization and utilization activities required to assess and monitor the effectiveness, efficiency and quality of training and educational programs and related activities. Please include up to 3 examples of work performed for the Federal government in the past 3 years. For each example include the following information: contract numbers, information describing the scope and complexity of the work (e.g., number of user licenses, award values, period of performance, and customer points of contact. Main Capabilities: Explain how your system: Assesses whether programs are meeting their learning objectives (Kirkpatrick level 2 & 3). Provides real-time and actionable data/feedback (individual and aggregated by students, instructors and programs) on courses/program�s performance. This should be accessible to multiple internal stakeholders (faculty, program directors/account managers, leadership). Measures whether the courses/programs are adding value from a business perspective especially to customers and to CLD strategic decision-making process (Kirkpatrick level 4). We are looking to document the added value of training investments to our customers.� Addresses the complexities of evaluating multi-track programs that allow respondents to rate an entire program or parts of the program either by day or module. Improves and streamlines the work of CLD�s data owners/system account managers in producing and delivering reports including end of year reports. Gathers, analyzes and visualizes qualitative data, especially those obtained in web/online based formats such as chats. �� Estimated Cost: An estimated cost for the delivery of these services for the first year and consecutive years.� Provide clear specifications on the number of users and/or administrative licenses under this price as well other parameters that you would need included in an RFP to accurately price this effort. �� Company Contact Information and IDs: Provide your company�s complete contact information, and DUNS Number as registered in SAM. Indicate your company�s business size and include any applicable socio-economic categories, we should be aware of.� �� GSA Schedule:� If you have a GSA schedule contract or other federal contract which allows issuance of orders by other agencies, and the described services are available under that contract, please indicate as such and provide contract and contact information. �� Recommended NAICS Code:� Please make a recommendation as to whether NAICS code 541611 is the most applicable NAICS for this requirement and provide any alternative NAICS codes you feel should be considered for the eventual RFP. �� Cybersecurity, IT policy & legal compliance: Provide your company�s cybersecurity certifications (e.g. FedRAMP) and all relevant Federal laws, policies, regulations and/or specifications (e.g. Section 508 of the Rehabilitation Act compliance). Information Submission Instructions: All responses to this RFI must be submitted electronically (via email) to the following: Laurie Griffin, HRS OPO Support Team, Team Leader/Contracting Officer at Laurie.Griffin@opm.gov , via email, no later than 2:00 PM Eastern Standard Time (EST) on July 02, 2020. 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 RFI. Any information submitted in response to this RFI is strictly voluntary. This RFI 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. Questions: �Submit questions regarding this RFI via email ONLY to Laurie.Griffin@opm.gov .� The email subject line shall be ""OPM20S33078 CLD Evaluation and Business Performance Platform RFI.�� Questions must be received by 2:00 pm Eastern Time, on June 24, 2020.� Questions about when a solicitation will be issued, the content of the DRAFT PWS or requesting details of the current contract will not be answered.� Please limit questions during this Q&A period to only questions about how to respond to the RFI itself.�
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/04f9fd5f08fd471db7ffc4f03335dc4b/view)
 
Place of Performance
Address: Charlottesville, VA 22903, USA
Zip Code: 22903
Country: USA
 
Record
SN05699356-F 20200624/200623042719 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.