Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 19, 2006 FBO #1727
MODIFICATION

R -- Executive Recruiter

Notice Date
8/17/2006
 
Notice Type
Modification
 
NAICS
541612 — Human Resources and Executive Search Consulting Services
 
Contracting Office
Department of Veterans Affairs;VA Central Office;Acquisition Operations Service (049A3);810 Vermont Avenue, NW;Washington DC 20420
 
ZIP Code
20420
 
Solicitation Number
VA-101-06-RQ-0224
 
Response Due
8/22/2006
 
Archive Date
10/21/2006
 
Point of Contact
chris.burroughs@va.gov
 
Small Business Set-Aside
N/A
 
Description
The following questions have been received and are provided for clarification to all interested parties. 1. Under section called TASKS referred to "vacancy announcement."  Where is the vacancy announcement located? ANSWER:  The agency will issue the vacancy announcements - these are what you are locating candidates to fill.   As part of our proposal may we or is the VA requesting that (offerors) submit resumes of candidates as identified in section called OBJECTIVE? ANSWER:  No, we are requesting that you simply submit an explanation of the services you provide, a listing of clients with the positions staffed and your fee schedule.    The Posting Date is Aug 15 and the Response Date is Aug. 22.  Do you anticipate an extension to this one week response time? ANSWER:No, as we are not looking for proposals but submission of your services (as you would provide to all in a commercial environment), past performance, and a listing of clients and positions placed and finally your fee structure.  All of this information should be readily available The Solicitation mentions a SOO.  Is there a link to the Statement of Objectives? ANSWER: No, the statement of objectives is a part of the synopsis. The Solicitation states the first objective is to select one SES and two GS-15s.  How many other government employee vacancies do you estimate the contractor will be required to assist with?  ANSWER: That paragraph includes reference to the first immediate need. The intent is to create an IDIQ (indefinite delivery indefinite quality) award.  All staffing requirements are to be let on individual task orders.  The first order is for 2 SES and 1 GS-15, my client is the Human Relations Department. Will the candidates to fill government positions come only from within the current government work force? ANSWER: Absolutely not.  We are going out so that you can locate the best candidate pay and bonuses will be discussed during the oral presentations How many contractor employees do you estimate will need to be recruited? ANSWER: Future plans indicate the possibility to fill between 10-15 SES's - GS-15 positions. How will the contractor be paid?  The staffing industry generally is paid a fee for recruiting a candidate the customer hires, and labor rates for contractor employees provided.  But the Solicitation mentions a selection and retention metric.  What does this mean? ANSWER: The successful deliverable is a viable candidate.  Some respondents will base their fees on retainer, some a percentage of salary after placement and some a combination. We are looking for the industries response. The VA is also requiring that the vendors provide a session plan if their proposed candidate is terminated or resigns prematurely. Will the task orders from this IDIQ contract include both recruiting tasks, and supplying contractor personnel to work in VA offices? ANSWER: No, as this award is being handled by Human Resources who do not participate in contractual staff augmentation. You may however, offer more than one approach/service. The Solicitation asks for one example of how the corporation responded when a project went off track.  Would this mean, for example, if there were no candidates for the SES vacancy?  A general example of what is expected in the proposal would be helpful. ANSWER: That requirement will be addressed in the oral presentations and not in the original submission. Who is the incumbent or the company that has already done work related to this solicitation? ANSWER: There is no incumbent. Can you provide me a position description for each of the three positions? ANSWER: No, this is an IDIQ and the specific information related to the first task order (three positions) will be provided prior to the oral presentation for those vendors who are invited to orals. If that is not available, can I get a brief description of responsibilities and size of organization managed and the budget managed. ANSWER: Again, this information would be relative to the specific orders for placement assistance and would vary with the customers' requirements during the life of the award. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (17-AUG-2006); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/VA/VAAOAS/VADC/VA-101-06-RQ-0224/listing.html)
 
Place of Performance
Address: 810 Vermont Ave., NW;Washington, DC
Zip Code: 20420
Country: USA
 
Record
SN01118966-F 20060819/060817230124 (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.