Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 29, 2006 FBO #1615
MODIFICATION

D -- DHS Enterprise e-Recruitment System

Notice Date
4/27/2006
 
Notice Type
Modification
 
NAICS
511210 — Software Publishers
 
Contracting Office
Department of the Treasury, Internal Revenue Service (IRS), National Office Procurement (OS:A:P), 6009 Oxon Hill Road, Suite 500, Oxon Hill, MD, 20745
 
ZIP Code
20745
 
Solicitation Number
DHS-06-IRS05
 
Response Due
5/24/2006
 
Point of Contact
Curtis Courtney, Contract Specialist, Phone 202 283-2897, Fax 202-283-6907, - Carol Bacon, Contract Administrator, Phone (202) 283-1288, Fax (202) 283-1099,
 
E-Mail Address
curtis.a.courtney@irs.gov, Carol.Bacon@irs.gov
 
Description
The Internal Revenue Service is issuing a Request for Proposals on behalf of the Department of Homeland Security, for an enterprise recruitment/hiring solution that can consolidate and modernize its current and/or future hiring systems, seamlessly integrate with other DHS services and non-DHS services (e.g., OPM??s USAJobs and NFC??s EmpowHR personnel system), and provide sufficient functionality and flexibility to meet the needs of all component organizations. DHS will consider using systems based on commercial or government off-the-shelf software but will not adopt any solution that involves a traditional software development effort. The DHS employee population is approximately 180,000 persons; application inflow to DHS exceeds 2 million resumes/applications annually. In 2004, DHS filled over 28,000 positions. DHS wishes to find, acquire and implement an enterprise solution that will automate the processes and business requirements including but not limited to Workforce Planning, Requisitioning, Candidate Acquisition, Applicant Tracking, and Reporting/Analytics. Additional key high level goals for this system are: Automate the processes used to manage the full recruitment/hiring lifecycle; create a single portal for all job applicants; reduce manual processes and/or eliminate paper-based systems; provide an easy-to-use interface for all system users (hiring managers, HR and EEO professionals; and applicants?{internal and external); implement industry best practices; and reduce hiring/recruitment costs. Specific quantities and units of issue, delivery schedule, and destination information can be located within the solicitation document attached herein. This requirement is being solicited under full and open competition. It is anticipated that a single Indefinite Delivery/Indefinite Quantity type contract will result from this solicitation, to include both firm-fixed price and labor hour Contract Line Item Numbers (CLINs). Contractor teaming arrangements are an acceptable solution to meet the requirements. The NAICS code for this requirement is 511210. The small business size standard for this NAICS code is $23 million in average annual receipts for the previous three years. This acquisition will be conducted in accordance with Federal Acquisition Regulations Part 12 (Acquisition of Commercial Items) and Part 15 (Contracting by Negotiation). It is the Government??s intent to award on initial proposals. Offerors must submit a written proposal in response to the solicitation. The duration of the contract is a one-year base period with four one-year option periods. Potential offerors will have until April 13, 2006, to submit questions or comments regarding the solicitation. These will be consolidated and a response will be posted on FedBizOpps. Place of Performance: The majority of the work will be performed in the Washington, D.C. metropolitan area. There may be occasions requiring performance outside of this area. The anticipated award date is August 16, 2006. All responsible sources may submit a proposal which shall be considered by the agency.
 
Place of Performance
Address: Department of Homeland Security, 1201 New York Avenue, NW, Ste. 1300, Washington, DC
Zip Code: 20005
Country: USA
 
Record
SN01036800-W 20060429/060427221330 (fbodaily.com)
 
Source
FedBizOpps 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.