SOURCES SOUGHT
99 -- HUMAN RESOURCES SUPPORT SERVICES
- Notice Date
- 10/28/2024 12:25:20 PM
- Notice Type
- Sources Sought
- NAICS
- 541612
— Human Resources Consulting Services
- Contracting Office
- JMD-PROCUREMENT SERVICES STAFF WASHINGTON DC 20530 USA
- ZIP Code
- 20530
- Solicitation Number
- JSERVICE25000002
- Response Due
- 11/13/2024 9:00:00 AM
- Archive Date
- 11/28/2024
- Point of Contact
- Arness L. Harris, Phone: 2028120676
- E-Mail Address
-
arness.harris2@usdoj.gov
(arness.harris2@usdoj.gov)
- Description
- Background: This is a Sources Sought Notice. The U.S. Department of Justice, Justice Management Division (JMD), Procurement Services Staff (PSS), is seeking information and sources for the following potential support services: Human Resources Support Services. This notice is for information and planning purposes only; it is not to be construed as a commitment by the government. This announcement is not a solicitation as defined by Federal Acquisition Regulation 2.101, and the government is not requesting offers or proposals at this time. This notice does not commit the government to contract for any supply or service. Respondents are advised that the U.S. Government will not pay for any information or administrative costs incurred in responding to this sources sought. Any responses to this notice received by the government will not be accepted to form a binding contract. If a solicitation is issued, the government does not guarantee that it will be issued to sources sought respondents. Target Audience: All potential business offerors are requested to respond to this notice. Responses shall assist the PSS in formulating an acquisition strategy. The applicable North American Industry Classification (NAICS) code is 541612 � Human Resources Consulting Services with a corresponding size standard of $25.5M. Sources Sought: The PSS is conducting a market survey to determine the availability and technical capability of qualified small and large businesses of providing HR consulting services. All responding firms are requested to identify its firm's size and type of business to the anticipated NAICS code. This synopsis is issued to assist the PSS in performing market research to determine available sources that are qualified and capable to provide the service. Scope: The potential contractor will provide a full range of human resources services for the JMD including providing classification, recruitment, and hiring support to the JMD HR to include Presidential Appointees with Senate Confirmation (PAS), Senior Executive Service Non-career appointees, Expert and Consultant appointees and Schedule C appointees,� review complex merit staffing cases pertaining to conversion actions across DOJ and conducting a formal audit of the Department�s SES and Senior Leader allocation management, position management, and position classification. The potential contractor will also provide contract support for JMD HR Policy and Advisory Services for the purpose of reviewing individual cases of individuals who have applied for law enforcement positions and have claimed Veterans Preference.� The cases have been presented for a determination as to whether the individual should be passed over for consideration based on statutory requirements. See the Draft Performance Work Statement for more information. � Current Contracts: The current contracts were awarded to the Living Invigorating Valuable Experiences, LLC, Atlanta, GA and White Oak Duckpins, LLC, Front Royal, VA. Information Requested: Potential offerors are encouraged to submit the following information (For consistency, please structure your response to match the order of the requirements as listed below): Name and address of company and or companies (if there is a teaming arrangement or joint venture). State company size to include small business categories. List all Federal Supply Schedule contracts that the company currently holds. Technical expertise relevant to the scope of the requirement.� Technical approach relevant of the requirement. Management approach relevant to the requirement. Corporate experience relevant to the requirement. Relevant past performance (minimum of 3 customers; work performed within last 5 years), including: Contract name; Contracting Agency or Department; Yearly contract value (in $$); Period of performance; and Description of work and how it relates to the requirements. � � � �9. Contractor price estimate for services. Potential offerors shall format their response as follows: Page limit - eight (8) 8 � x 11 pages; 1-inch margins (top, bottom, and sides); Times New Roman font - 12 point; Page limitation does not include (1 cover page or 1 letter of introduction page); and Do not include promotional materials. Potential offerors responding to this market survey must provide a capability statement demonstrating its experience, skills, and capability to fulfill the governments requirements. The capability statement shall be in sufficient enough detail, but not exceed eight (8) pages TOTAL, so that the government can determine the experience and capability of your firm to provide the requirements above. The government technical team will then assess the experience & capabilities based on 1) technical expertise relevant to the requirement; 2) technical approach relevant to the requirement, 3) management approach relevant to the requirement, 4) corporate experience relevant to the requirement, and 5) relevant past performance. Please specify one primary and one alternate Point of Contact (POC) within your firm, including telephone numbers and email addresses Questions: Questions or comments to this notice shall be directed to the Contracting Officer, Mr. Arness Harris at Arness.Harris2@usdoj.gov via email only. Verbal or telephone questions or responses will not be accepted. Questions are due by Friday, noon Eastern Time, November 1, 2024. PSS does not intend to publicly post questions related to this notice. However, PSS may, at its discretion, publicly post questions and answers in response to this notice; accordingly, questions shall not contain proprietary information. Submittal Requirements: All responses must be submitted to the government point of contact at the email address shown in the Questions section. A determination not to open the requirement to competition based upon responses to this notice is solely within the discretion of the government. Information received will normally be considered only for the purposes of determining whether to conduct a competitive procurement. The government will not be responsible for any costs incurred by responding to this notice. This is NOT a request for proposals or quotes. As much as possible, it is preferred that technical capability statements be nonproprietary. However, capability statements with company-sensitive data and concepts will be accepted, and the government will respect restricted data markings. Responders are expected to appropriately mark its submissions that contain proprietary information. Capability statements shall not exceed eight (8) pages in length (excluding a cover page). In addition to the 8-page limit on the company capability statement specified above, please note the following notice response submittal requirements. Only written electronic copies of capability statements will be accepted. The e-mail should contain the following subject line: Response to Sources Sought Notice � �HRD Support Services�. Please submit all information to Mr. Arness Harris at Arness.Harris2@usdoj.gov by Wednesday, noon Eastern Time, November 13, 2024. Contracting Office Address: JMD � Procurement Services Staff 2 CON Building 145 N Street, NE, Room 8E.101 Washington, D.C. 20530 Primary Point of Contact: Mr. Arness Harris, Contracting Officer Arness.Harris2@usdoj.gov Summary: THIS IS A SOURCES SOUGHT NOTICE to identify sources that can fulfill the government�s requirements. The information provided in the Sources Sought Notice is subject to change and is not binding on the government. PSS has not made a commitment to procure any of the services/items discussed, and release of this Sources Sought Notice should not be construed as such a commitment or as authorization to incur cost for which reimbursement would be required or sought. All submissions become government property and will not be returned.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/0b96476ed1eb4f299cb3fe6e55041832/view)
- Place of Performance
- Address: Washington, DC 20530, USA
- Zip Code: 20530
- Country: USA
- Zip Code: 20530
- Record
- SN07250948-F 20241030/241028230106 (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 |