SOURCES SOUGHT
99 -- Communications-Electronics Command (CECOM) Software Engineering Center (SEC) Business Process Reengineering Center of Excellence (BPR CoE) Services
- Notice Date
- 10/27/2020 10:10:47 AM
- Notice Type
- Sources Sought
- NAICS
- 541611
— Administrative Management and General Management Consulting Services
- Contracting Office
- W6QK ACC-APG ABERDEEN PROVING GROU MD 21005-1846 USA
- ZIP Code
- 21005-1846
- Solicitation Number
- W56JSR-20-R-BPRSPT
- Response Due
- 11/12/2020 1:00:00 PM
- Archive Date
- 11/27/2020
- Point of Contact
- Stephen B. Slotnick
- E-Mail Address
-
stephen.b.slotnick.civ@mail.mil
(stephen.b.slotnick.civ@mail.mil)
- Description
- Please note notice number W56JSR-20-R-BPRSPT is for internal tracking purposes only. This announcement constitutes an official Request for Information (RFI) as defined in FAR 15.201(e). This RFI announcement is for information and planning purposes only and it is not to be construed as a commitment by the Government.� The intent is to identify market interest based on the attached Performance Work Statement (PWS) and Level of Effort.� The Government does not intend to award a contract strictly on the basis of this RFI or to otherwise pay for the information submitted in response to this RFI. The information received will not obligate the Government in any manner nor will the Government reimburse contractors for any costs associated with submittal of the requested information. This request does not constitute an Invitation for Bid or a Request for Proposal. Market research information received from Industry in response to this Sources Sought Notice will be considered for formulation of the Government's acquisition strategy. Evidence of sufficient interested and capable small businesses in a specific socioeconomic small business program (8a, HUBZone, SDVOSB, WOSB, EDWOSB) will inform the Government of the viability of a small business set-aside for the relevant Small Business Administration (SBA) program. BACKGROUND/OBJECTIVE/REQUIREMENTS The BPR CoE is the primary service provider and source of expertise for BPR services across the Army.� The services transform processes to achieve cost savings, deliver readiness at best value, and ensure a smooth transition of the change into the organization.� The mission of the BPR CoE is to enable BPR throughout the Army Enterprise through training, guidance, and execution. BPR CoE Support This market research is with regards to the Communications-Electronics Command (CECOM) Software Engineering Center (SEC) Business Process Reengineering Center of Excellence (BPR CoE) located at Aberdeen Proving Ground (APG) MD. Work efforts will be in support of the BPR CoE in transforming Army processes to improve performance, achieve cost savings, and deliver Readiness at the best value. Work is conducted in small, medium, and large size projects.� Small projects are scoped over 3-6 months; medium projects 6-12 months; and large project 12-18 months. These project may require work on a part-time basis. Work includes: Capturing, documenting, and analyzing processes from perspectives of People, Process, Policy, and Technology to identify inefficiencies and prioritize key areas of improvement. Conducted through researching and reviewing laws, policies, regulations, industry best practices, and technology solutions and facilitating interviews and workshops that enable data gathering and collaborative brainstorming. Designing future states and developing implementation plans that look to improve upon weaknesses, capability gaps, and/or performance shortfalls to significantly transform processes, achieve cost savings, and establish new methods for achieving desired operational performance; that are value added, actionable, and feasible, while also based on strategic alignment to Army initiatives; relevant laws, policies, and regulations; and adopt industry and Army best practices to the fullest extent practical. Leveraging the Army Enterprise Business Architecture (ABEA) to discover As-Is Army business processes and enabling systems and adopt known business processes to support solutions wherever practical. Producing documents including process maps using Business Process Model and Notation (BPMN)and written reports in compliance with provided Government provided style guide and in annotated format. Produce or inform other DoD Architecture Framework (DODAF) artifacts when designing To-Be solutions. Providing expertise in organizational change management to support successful and sustainable adaptation of new transformations. Providing expertise on the Army business system portfolio and Business Mission Area (BMA)and reviewing systems or programs for compliance with BMA and Army Business Enterprise Architecture (ABEA). � Developing training modules, both virtual and instructor lead, and providing educational instruction to enterprise stakeholders and customers in line with the BPR certification initiative. At a minimum, the following will be included: 1. Company History: A history to include previous major service contracts performed and primary customer base, specifically how it relates to the PWS. This should also include the handling of classified information. 2. Capability: Knowledge of the Command, Control, Communications, Computers, Combat Systems, Intelligence, Surveillance and Reconnaissance (C5ISR) Community and systems that would demonstrate a capability to support the ILSC CECOM in successful contract execution.This should include work done as a prime contractor or if a subcontractor, the percentage of work performed related to the PWS. 3. Please also include any history you have with work related to paragraphs in the PWS. 4. Please also identify how your company would manage a short transition time (30 days) with a very large contingent of critical hires on the level of effort. 5. At contract award will your company have a SECRET facility clearance?� 6. SB type: Identify all of your socio-economic statusesas appropriate: Small Business (SB), Small Disadvantaged Business (SDB), SBA 8(a) certified, Service-Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), Woman Owned Small Business (WOSB), Alaskan Native Corporation (ANC), Historically Underutilized Business Zone (HUBZone) certified Small Business, American IndianTribally (AIT) Owned concern or combination. 7. Please describe experience you may have with Organizational Conflicts of Interest (OCI). Please describe how have you been able to mitigate these situations in the past? Also please advise, the awardee of this contract shall be precluded from proposing against any contract/task order in CECOM during the course of the period of performance of this contract. -Responses should include the company name, CAGE code, point of contact, and email address and physical address. Indicate statement of interest and provide information required above. SUBMISSION INFORMATION: Submit on or before the date indicated in this RFI to all the following: Meghann Johnson: meghann.w.johnson.civ@mail.mil Angelia Reese-Dashiell: angelia.b.reese-dashiell.civ@mail.mil Vincent Ingrao: vincent.m.ingrao2.civ@mail.mil Allie Pizzo: allison.m.pizzo.civ@mail.mil Stephen Slotnick: stephen.b.slotnick.civ@mail.mil
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/163a57cdda2344b680ab5449f8e67191/view)
- Place of Performance
- Address: Aberdeen Proving Ground, MD 21005, USA
- Zip Code: 21005
- Country: USA
- Zip Code: 21005
- Record
- SN05839308-F 20201029/201027230148 (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 |