Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 28, 2004 FBO #1006
SOURCES SOUGHT

R -- Program Management Office and Business Systems Modernization Support

Notice Date
8/26/2004
 
Notice Type
Sources Sought
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
Agency for International Development, Washington D.C., USAID/Washington, 1300 Pennsylvania Avenue, NW Room 7.10-006, Washington, DC, 20523
 
ZIP Code
20523
 
Solicitation Number
Reference-Number-PMO-02-2004
 
Response Due
9/13/2004
 
Archive Date
9/28/2004
 
Point of Contact
Sharon Zavestoski, Computer Acquisition Specialist, Phone 202-712-0179, Fax 202-216-3026,
 
E-Mail Address
szavestoski@usaid.gov
 
Description
Sources Sought Notices are issued by USAID in performing market research to determine industry interest and capabilities. This is not a Request for Quote. USAID is not obligated to and will not pay for any information received from potential sources as a result of this Sources Sought Notice. USAID is seeking sources capable of providing program management support services to support the USAID Program Management Office (PMO). The PMO has been in operation for over one year and provides support to the Agency?s major Business Systems Modernization (BSM) Information Technology (IT) initiatives including deployment of the financial and procurement systems overseas; and development of the Enterprise Architecture. The PMO also plays a major role in defining the Agency?s role in e-Government projects. As the PMO progresses in its maturity from start-up to execution, it will require contractor support to implement the use of Program, Portfolio, and Project Management industry best practices and PMO thought leadership. The contractor seeking to offer USAID services must be capable of achieving the following objectives to efficiently, effectively, and economically provide and maintain a world-class PMO to support USAID employees in meeting USAID?s mission: a. Provide an advanced set of PMO services, under a performance-based arrangement, with maximum impact on the Agency?s ability to perform its mission at a lower total cost for IT support, to meet budget, schedule and quality goals. 1. Apply a Program Integrator?s approach to governance of the decision making process to ensure that information technology investments integrate strategic planning, budgeting, procurement, and management of IT in support of USAID?s mission, strategic focus, and business needs. 2. Ensure consistent standards, templates and processes are being used by all major IT projects within the BSM program. 3. Assure that all PMO programs are aligned to the business goals and strategies of USAID throughout the program life-cycle. 4. Supplement PMO Government staff technical knowledge and provide special expertise, periodic assessments, and management support to key program activities including requirement determinations, joint concepts, integrated architectures, analysis of alternatives, cost estimating, performance measures, program structures, program/project baselines, test planning, interoperability planning, and technical management. 5. Support program life cycle standards tailoring, ?milestone? evaluations and a ?lessons learned? repository. 6. Apply Knowledge Management (KM) tools and disciplines (consistent with the Agency?s KM agenda, Knowledge for Development) to the management of USAID IT programs. 7. Develop high quality business cases (Office of Management and Budget (OMB) 300?s) that meet the following criteria: supports a passing score; requires minimal rework based on the PassBack Language; bypasses the OMB Watch List; provides management utility during the project life cycle; and serves as a baseline reporting mechanism for CPIC. 8. Develop E-Government Migration/Implementation Plans that meet all PMO standards and guidelines and meet all validation requirements prior to submission to the Portfolio Manager. 9. Provide hands-on analytical risk management services that includes assessing and analyzing risks within projects, across projects (identification of interdependencies and related risks), and throughout the USAID IT investment program. Risk management services must meet current IT life cycle and project management discipline best practice standards in the areas of risk management, risk aversion, project interdependency management, systems engineering management, software management, test and evaluation management and independent verification and validation. 10. Advise and apply communications and change management best practices into all PMO projects. 11. Provide support for the additions/upgrades, configuration and maintenance of the PMO Tool Registry. b. Provide portfolio management services within an integrated program of IT initiatives in order to advance the Agency in meeting its Business Transformation Vision. c. Provide Business Analysis Support for Enterprise Architecture and Business Enterprise Planning that conforms to DOS/USAID Enterprise Architecture standards within the Office of Management and Budget Standard Architecture Format (Performance Reference Model, Business Reference Model, Data and Information Reference Model, Service Component Reference Model and Technical Reference Model) and all governing documents associated with the DOS/USAID infrastructure, as applicable. d. Support the movement of the Enterprise Architecture along a maturity model spectrum, enhancement of the governance structure that assures all IT projects are aligned to the Business Transformation vision, formalization process for vetting proposed projects against the Enterprise Architecture Reference Model and the conduct of business analysis during the implementation process. e. Provide support to the Joint Management Council (JMC), the joint DoS and USAID executive level governing body overseeing the business systems modernization process, and other USAID/DOS Collaboration activities. Support would include tasks such as strategic and visionary thinking, gathering information, providing input into various project activities, developing agendas, attending meetings, writing meeting minutes, preparing and presenting information, and supporting other undefined tasks. f. Conduct the operation of the USAID PMO in a way that complies with all applicable federal laws, regulations, guidance and best business practices. g. Conduct the operation of the USAID PMO in a way that complies with all directed changes as a result of the USAID, DOS, and Foreign Affairs Community collaborative effort. h. Conduct PMO operations in a way that supports the Project Management Institute (PMI) Project Management Body of Knowledge training model used by USAID to train its PM workforce. i. Conduct customer satisfaction surveys, tracking methods, and status updates after each and every deliverable and score an ?Exceeds Expectations? rating 75% or more based on the following scale (Exceeds Expectations, Meets Expectations, and Needs Improvement). (Note: ?Needs Improvement? ratings are unacceptable.) j. Conduct the Customer Relationship Program in a way that provides Enhanced Services (beyond Basic and Support) to the PMO and moves the deliverables provided to the USAID PMO from customer satisfaction (Meets Expectations) to customer delight (Exceeds Expectations). It is extremely important to USAID to select a contractor capable of providing a range of PMO services and support for business transformation initiatives to meet its responsibilities under Federal legislation and executive orders. As such, USAID needs a contractor that can provide technical support to the PMO and perform as an integrator for strategic execution of ?thought leadership? within USAID. The contractor needs to be an implementer of performance measurement to ensure consistency in meeting USAID?s President?s Management Agenda (PMA), Capital Investment Fund (CIF), Capital Planning and Investment Controls, and Joint Management Council (JMC) scorecard goals and progress; a catalyst to mature the PMO organization; and a spearhead for developing and implementing project and technical management best practices, strategy, process improvement, customer focus, benchmarking, technology, and quality processes to achieve quality products. USAID also needs a contractor to engage directly in all projects of the portfolio and to understand and help manage the relationship between projects within a portfolio and between all portfolios within an USAID program. The following information is provided to assess the size and scope of the project task order: 1. The contractor support workforce needed is estimated to be between 7-10 support personnel. 2. The dollar value of the task order most likely will be between 500 thousand and 2.5 million per year. However, USAID will not establish any guaranteed dollar value for the newly established Blanket Purchase Agreement. 3. The selected PMO support contractor will, as a minimum, supplement the PMO and its current contractor workforce. IBM Business Consulting Services is the existing PMO support contractor. 4. Contractors providing services to the PMO will not be eligible to provide services under USAID?s Principal Resource for Information Management Enterprise-wide (PRIME) 2.2. 5. Contractors providing services under the existing USAID Principal Resource for Information Management Enterprise-wide (PRIME) 2.2 task order and the Management Systems Technology Reform enterprise-wide Services (MSTR-e) Blanket Purchase Agreement are precluded from participation. 6. The scope of the effort will focus initially on the following projects: a. Business Systems Modernization i. Phoenix Overseas Deployment (POD) ? Upgrade of the current core accounting system and deployment of same to overseas missions and regional offices; ii. Joint Financial Management System (JFMS) ? Implement project management standards support to JFMS and identify interdependencies with other projects and steady state resources. iii. Procurement Systems Improvement Project (PSIP) ? Implementation of a new procurement system and deployment of same to USAID/W, overseas missions and regional offices; iv. JAAMS ? Operations and maintenance of a joint USAID and DoS acquisition system beginning in FY06; v. Enterprise Architecture (EA) b. E-Government Projects (illustrative only) i. E-Grants ii. E-Travel iii. E-Clearance iv. E-Recruitment v. E-Authentication c. Applets Interested sources should provide a capabilities package not longer than 15 pages (all inclusive with the exception of the title page and table of contents) demonstrating their ability to provide proven methodologies and Subject Matter Experts (SMEs) for various PMO activities. Provide past performance references for other government PMO support tasks and explain the scope of services provided. Provide a brief overview of the corporation?s program, portfolio and project management best practices. Based on the capabilities statements, USAID will make an assessment of each offeror?s capabilities to successfully accomplish the services required by the Agency. Offerors that are bested suited for the USAID Program Management environment may be invited to compete for award of a Blanket Purchase Agreement (BPA) for the PMO work under the Management, Organization and Business Improvement Services (MOBIS) Schedule (GSA Schedule 874). No other GSA Schedule types will be considered. Individual task orders awarded under a MOBIS BPA may be designated as a classified task order in accordance with the USAID ADS Chapter 567, ?Classified Contract Security and Contractor Personnel Security Program?, and FAR Subpart 4.4, ?Safeguarding Classified Information Within Industry.? As such, the contractor is subject to the requirements of these regulations and the security classifications specifications contained in the DD Form 254. Interested sources are requested to submit their capability package electronically not later than 4:00 P.M. EST on 13 August 2004 to the point-of-contact for the sources sought notice. All responses must include the following information: Company name; Company address; Company business size; GSA Schedule number; point-of-contact name and telephone number, fax number; and e-mail address. Interested sources that do not provide the requested information will not be considered.
 
Place of Performance
Address: Ronald Reagan Building, Room 2.12-015, IRM, 1300 Pennsylvania Avenue, N.W.,Washington, DC
Zip Code: 20523-2120
Country: United States
 
Record
SN00655068-W 20040828/040827093239 (fbodaily.com)
 
Source
FedBizOpps.gov 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  © 1994-2020, Loren Data Corp.