SOURCES SOUGHT
R -- Equitable Transition Model - RFI
- Notice Date
- 12/15/2022 11:30:09 AM
- Notice Type
- Sources Sought
- Contracting Office
- DEPARTMENT OF LABOR (OASAM) WASHINGTON DC 20210 USA
- ZIP Code
- 20210
- Solicitation Number
- 1667-DAS-23-NAT-0007
- Response Due
- 12/30/2022 9:00:00 AM
- Point of Contact
- Michael DeAngelis
- E-Mail Address
-
deangelis.michael.2@dol.gov
(deangelis.michael.2@dol.gov)
- Description
- SPECIAL NOTICE: SOURCES SOUGHT & REQUEST FOR INFORMATION (RFI). THIS IS NOT A REQUEST FOR PROPOSALS. This notice does not represent a commitment by the Government to issue a solicitation or award a contract. The Government is not obligated to and will not pay for information received as a result of this announcement. No reimbursement will be made for any costs associated with providing information in response to this announcement and any follow-up information requests to include an invite to further explain/demonstrate aspects of their proposed approach. Requests for a solicitation will not receive a response. Information provided in response to this RFI is submitted voluntarily and is not being requested as part of a solicitation for actual pricing. PURPOSE OF RFI: The purpose of this RFI is to gather information about potential solutions for providing technical assistance to Equitable Transition Model (ETM) grantees. �The purpose of the ETM grants is to support up to five grantees in developing scalable strategies to enable low-income youth and young adults with disabilities (Y&YAD) ages 16-24, including those experiencing homelessness, leaving foster care, or involved in the justice system, to transition into the workforce successfully. Responses to this RFI will be reviewed by DOL for their applicability to the Government�s need and determined to be �Relevant� or �Irrelevant� to the above problem. Offerors of �Relevant� responses may be requested to demonstrate their approach and/or product to a Government panel of Subject Matter Experts to help DOL determine the best approach. BACKGROUND: The Office of Disability Employment Policy (ODEP) is the only non-regulatory federal agency that promotes policies and coordinates with employers and all levels of government to increase workplace success for people with disabilities. ODEP promotes the adoption and implementation of ODEP policy strategies and effective practices � meaning those that ODEP has developed and/or validated � that will impact the employment of people with disabilities. ODEP's approach is to drive systems and practice changes by disseminating ODEP policy strategies and effective practices, sharing information, and providing technical assistance to government agencies, service providers and non-governmental entities, as well as public and private employers. SCOPE The contractor shall provide technical assistance services for up to five (5) years. The contractor shall provide services necessary to assist ETM awardees with strategic policy development, dissemination, resource development, research, education, networking, and communication activities to meet the objectives. The contractor shall work collaboratively with ODEP and key stakeholders to identify measures of success, track progress, and demonstrate the impact of the initiative. The contractor will tailor assistance in various activities to meet the ETM awardee's specific needs, providing each with structured technical assistance. Technical assistance will be delivered through virtual and in-person platforms that will offer ETM awardees opportunities to access information, peer-to-peer mentoring, and guidance from subject matter experts. RFI QUESTIONNAIRE Company description, discussion of company capabilities, and general summary of approach to accomplishing the requirements listed in the Draft Performance Work Statement (PWS). Historical information (description and length of time providing this service, as well as under what North American Industry Classification System (NAICS) XXXXXXXXX) to the public and other federal agencies. Describe your type of business, (i.e., small, small disadvantaged, woman-owned, HUB Zone, serviced-disabled veteran-owned small business, large business, etc.), under NAICS XXXXXXXXX, which contains a size standard of XXXXXXXXXXX and GSA Schedules (if applicable) Does your company possess the capabilities to provide the entire range and scope of these requirements? If not, please list which requirements your company can provide? Describe your company�s capability and experience with designing websites and other electronic platforms utilized for dissemination of information and communication? Suggested roles and responsibilities of the Company and the Government Suggestions/recommendations to improve scope of services to provide an improved value to the Government. Potential risks that could impact the requirement, whether it is performance risk, technical risk or cost? Please be specific. Issues with scope (either expressed or implied) that may limit a Company�s ability to perform services and ultimately increase the cost to the Government. Provide pricing structure for this type of procurement. Describe administrative support structure � project management (schedule, notetaking and tracking of deliverables etc). Describe quality assurance capabilities and process. Describe sub contractor/grant management capabilities and process. *Note: Respondents are encouraged to include additional comments/information considered to be appropriate and useful in assisting the program office in refining the Draft PWS and in assessing potential costs and potential risk. These include the following: Based on a review of the referenced services in the Draft PWS, are there suggestions that your firm would propose in terms of providing this service? Identify any questions or clarifications that would likely be requested from industry regarding the PWS as drafted. Please include any Terms and Conditions that may be applicable. RESPONSES TO RFI RFI responses shall conform to the format below and provide the following information: Cover Letter � The cover letter must include the following information: Company name Company point of contact, telephone number and email address Date submitted Offerors shall respond to each of the general questions.� If the offeror chooses not to respond to a question, indicate �no response.� Submit a capabilities package that include the above considerations that demonstrate capabilities and expertise related to the information outlined.� Marketing and/or reference materials, if included, shall be placed at the end of the response, in an appendix. Responses shall not exceed 15 pages and should be submitted in Microsoft Word .doc or .docx formats, Times New Roman 11-point or 12-point font, with 1-inch margins minimum all around. RFI Responses� Responses to the RFI shall be submitted via email to Michael DeAngelis at DeAngelis.Michael.2@DOL.GOV. DISCLAIMER This RFI is issued for information and planning purposes only and does not constitute a solicitation.� The Government does not intend to award a contract on the basis of this RFI or to otherwise pay for information received in response to this RFI.� All information received in response to this RFI that is marked Proprietary will be handled accordingly.� Responses to the RFI will not be returned.� Information provided in response to this RFI will be used to assess tradeoffs and alternatives available for determining how to proceed in the acquisition process for an agency-wide audio and video clipping service and may lead to the development of a Performance Work Statement for the service.� In accordance with FAR 15.201(e), responses to this RFI are not offers and cannot be accepted by the Government to form a binding contract.� Responders are solely responsible for all expenses associated with responding to this RFI. BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR SMALL BUSINESSES OR PROCURED THROUGH FULL AND OPEN COMPETITION, AND MULTIPLE AWARDS MAY BE MADE.� DRAFT PWS ATTACHED�
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/de14a6628e0d49939e56bf15431a24c8/view)
- Record
- SN06545270-F 20221217/221215230105 (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 |