Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 03, 2007 FBO #1984
SOURCES SOUGHT

D -- Human Resource Management System

Notice Date
8/3/2006
 
Notice Type
Sources Sought
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Office of Personnel Management, Center for Contracting, Facilities & Administrative Services, Contracting Group, 1900 E Street, N.W., Room 1342, Washington, DC, 20415-7710
 
ZIP Code
20415-7710
 
Solicitation Number
OPM049-06-0053-RFI-RSS
 
Response Due
9/1/2006
 
Point of Contact
Raymon Sidhu, Contract Specialist, Phone 202-606-2184, Fax 202-606-1464, - James Thieme, Contract Specialist, Phone (202) 606-1570, Fax (202) 606-1464,
 
E-Mail Address
raymon.sidhu@opm.gov, jcthieme@opm.gov
 
Description
SOURCES SOUGHT/REQUEST FOR INFORMATION Office of Personnel Management Entrance on Duty Solution 1. Background: The President’s Management Agenda (PMA) requires Federal agencies to expand the use of electronic government (e-Gov) to improve efficiency and enhance the quality of services provided to citizens. Under the PMA, several lines of business have been established to consolidate, improve and streamline business processes across the Executive Branch. The Human Resources Line of Business (HR LOB) initiative was launched in 2004 to support the vision articulated in the President’s Management Agenda. The Office of Personnel Management (OPM) is the managing partner for the HR LOB. The HR LOB is expected to help the Federal government realize the potential of electronic government by significantly enhancing human resources service delivery within the Executive Branch. The HR LOB Concept of Operations (CONOPS) proposes a near-term service delivery model where some highly transactional and administratively intense HR services move from the agencies to HR shared service centers. This approach will allow agencies to increase their focus on core mission activities and the strategic management of human capital, with HR shared service centers delivering the HR transactional services in an efficient and cost-effective manner focused on customer service quality. The HR LOB Program is developing Enterprise Architecture, in compliance with the Federal Enterprise Architecture (FEA) guidelines as prescribed by the Office of Management and Budget (OMB). To date the HR LOB and its member agencies have developed three of the five reference models that make up the FEA. One of those models, the Business Reference Model (BRM), describes a government-wide view of the sub-functions, processes and activities that agencies perform to deliver HR services to employees of the Federal government. “Entrance on Duty” (EOD) falls within the BRM sub-function “Staff Acquisition” and includes bringing on new hires and transferring Federal employees. HR LOB Business Reference Model and Core Requirements are available at http://www.opm.gov/egov/. The HR LOB, in concert with Federal agencies, is developing detailed requirements for a standard government-wide approach to EOD that will be incorporated into an EOD Concept of Operations. The CONOPS will also provide results of an EOD market analysis, propose a process and technology concept model for delivering EOD services, and recommend an overall acquisition strategy for Entrance on Duty. In addition to the EOD initiative, OPM, through the Enterprise Human Resources Integration (EHRI) project, is also moving forward to replace hard copy employee Official Personnel Files (OPFs) with electronic versions. Documents currently contained in OPFs will be digitally imaged, and new transactions stored in an electronic format. When completed, employees, HR professionals, and managers will be able to view the OPF electronically. 2. Description of Information Requested: Note: This is a Request for Information (RFI) only. No solicitation will be issued at this time. Federal agencies have a potential requirement for an Entrance on Duty (EOD) solution that can automate labor-intensive, manual processes, seamlessly integrate with other government-wide services, and provide sufficient functionality and flexibility to meet the needs of all government agencies. Systems based on commercial or government off-the-shelf software will be considered. Vendors responding to this RFI must provide: 1. Name and address of the firm 2. Size of the business with type of ownership (i.e., large, small, small disadvantaged, woman-owned, hub-zone, and/or disabled veteran) 3. Years in business 4. Description of the client base 5. Capability Statement containing documentation showing the successful completion of IT projects of similar complexity within the past three years. OPM is engaged in preliminary market research and is currently consolidating and/or refining requirements from several federal agencies for an EOD solution. Accordingly, the purpose of this RFI is to solicit information from vendors regarding commercially available products and services which are capable of meeting Federal EOD needs. Capability Statements must demonstrate ability to provide solutions with respect to the following six major BRM activities associated with Entrance on Duty: 1. Extending the job offer. 2. Responding to a job offer. 3. Initiating pre-employment processes. 4. Certifying compliance with pre-employment requirements. 5. Bringing the selectee on board. 6. Closing out the case file. Please indicate if the solution is a discrete application, or if it is part of a full solution package. Furthermore, indicate what activities the solution supports in the Activity Matrix below. ACTIVITY MATRIX HR LOB BRM Activity Activity Definition 3.6.2 Extend Job OfferIncluded in Vendor Solution? (Y/N) Extend tentative job offers to selectee(s). Offers may be conditional and contingent on the prospective employee fulfilling certain criteria (e.g., successful background check, security clearance). Receive and record the candidate(s) responses to their offer(s) for employment. 3.6.3 Respond to Job Offer Included in Vendor Solution? (Y/N) Accept, decline and/or negotiate the terms of employment. HR receives and records the candidate’s response to the offer of employment. 3.6.4 Initiate Pre-employment Processes Included in Vendor Solution? (Y/N) Build the prospective employee record or, if the prospective employee is already an employee or former employee of the Federal government, obtain the employee’s information from the previous agency or record center. Initiate administrative activities as required of the job (e.g., security clearance, suitability determination, drug testing, medical screening, polygraph, relocation paperwork). 3.6.5 Certify Compliance with Pre-employment Requirements? (Y/N) Certify that prescribed pre-employment activities are complete and employment contingencies are satisfied. 3.6.6 Bring Selected Candidate On Board Negotiate the entrance on duty date and provide notification to begin processes (e.g., orientation, work location and workstation, granting of security access). Conduct in-processing and enter employee information into automated systems. 3.6.7 Close Out Case File? (Y/N) Close the vacancy case file and audit as required. Notify remaining candidates they were not selected and flag them as non-selected in the applicant database for future reference and reporting, as applicable. In addition to a description of the capabilities of the proposed solution, vendors must provide a technical summary that includes: 1. A description of the solution(s) in terms of its technical architecture, enabling technology and technology capabilities. 2. Documented knowledge and experience with governmental (federal/state/local) HR systems. 3. An explanation of the flexibility and/or scalability the solution(s) offer in order to adapt to changing staff acquisition needs in the Federal government. 4. Clarification of how the solution(s) function from a technical perspective (e.g., platform, data exchange, security, Rehabilitation Act of 1998 - Section 508 (http://www.section508.gov/)) 5. List of any hosting services or application service provider (ASP) arrangements that are offered to support the solution. Additionally, OPM requests that vendors provide rough-order-of-magnitude pricing (e.g., including software licenses, consulting rates, hosting fees) for their solutions, given their understanding of the limited number of requirements stated in this RFI. Also, vendors should indicate if their products/services are available through any existing government contract vehicles (e.g., GSA FSS Schedules, GWACS, etc.) 3. How to Respond: Responses to this RFI must be received by 4:30 pm on 09/01/2006. Vendors meeting the above requirements shall submit a written Capability Statement not to exceed twenty (25) pages. Recommended format for EOD responses: 1. Introduction (Corporate Overview)1 page 2. Functional Summary Extend Job Offer 2 pages Respond to Job Offer 2 pages Initiate Pre-employment Processes 2 pages Certify Compliance with Pre-employment Requirements 2 pages Bring Selected Candidate On Board 2 pages Close Out Case File 2 pages 3. Activity Matrix (Provided in RFI) 1 page 4. Technical Summary 4 pages 5. Licensing/Pricing 1 page 6. References 6 pages If time permits, and depending on the number of responses, individual vendors MAY be contacted for a product demonstration. The Government will not pay for any costs associated with the demonstration of any software products or any written response to this notice under this request for information announcement. This is a sources sought notice only. It does not constitute a Request for Proposals (RFP), Request for Quotation (RFQ) or an Invitation for Bid (IFB), nor does its issuance restrict the government as to its ultimate acquisition approach. Respondents will not be notified of any results derived from a review of the information provided; however, information gathered may be utilized for technical and acquisition purposes. The government will neither award a contract solely on the basis of this notice, nor pay for any information submitted by respondents. All responses to this notice are to be submitted via e-mail in Microsoft Word format to: Michelle Gilder OPM/HRLOB Program Analyst michelle.gilder@opm.gov Phone: 202 465 5452 Responses must be received by 4:30pm local time on 08/14/2006. NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (03-AUG-2006). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 01-MAY-2007, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/OPM/OCAS/CD/OPM049-06-0053-RFI-RSS/listing.html)
 
Place of Performance
Address: OPM 1900 E Street, NW Washington, D.C.
Zip Code: 20415
Country: UNITED STATES
 
Record
SN01285417-F 20070503/070501235341 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.