Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 15, 2007 FBO #2027
SOLICITATION NOTICE

D -- Project Management Office Support

Notice Date
3/23/2007
 
Notice Type
Solicitation Notice
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Department of the Treasury, Comptroller of the Currency (OCC), Acquisition Management (AQM), 250 E Street, SW Mail Stop 4-13, Washington, DC, 20219, UNITED STATES
 
ZIP Code
20219
 
Solicitation Number
CC-07-HQ-R-0035
 
Response Due
4/6/2007
 
Point of Contact
Kevin Linden, Procurement Analyst, Phone 202 874 4419, - Deirdre Eischens, Contracting Officer, Phone 202-874-5442, Fax 202-874-5625,
 
E-Mail Address
kevin.linden@occ.treas.gov, deirdre.eischens@occ.treas.gov
 
Small Business Set-Aside
Total Small Business
 
Description
The Office of the Comptroller of the Currency (OCC) program management offices (PMOs), the Operations PMO and the Supervisions PMO, currently have a requirement for program management support for information technology (IT) projects managed by the respective offices. The OCC is headquartered in Washington D.C. and has one data center in Landover, MD. See http://www.occ.treas.gov for more information. This is a 100% Small Business Set-Aside (See numbered note 1). The OCC intends to solicit and award, multiple award Indefinite Delivery, Indefinite Quantity (IDIQ) contracts. The applicable small business size standard is $23M and NAICS code is 541519. The acquisition strategy for this requirement will entail an advisory multi-step process in accordance with FAR 15.202. The procedures in FAR Part 15, contracting by negotiation, will be utilized. A copy of the RFP will be made available in FEDBIZOPS. A DRAFT of the IDIQ Statement of Objectives (SOO) is attached hereto. Please note that this is a draft only and may be changed substantially. Individual task orders will be used to specify the requirements associated with defined tasks. The general types of support encompassed by this procurement include the following: • Program Management Support and Oversight for Business-Unit Information Technology (IT) Projects: Provide program-level management support and supervision for IT projects in the business units supported by the PMOs. • Process/Method Standardization and Maturation: Standardize and mature customer’s project management processes and methods to facilitate the achievement of strategic business objectives and facilitate program management oversight activities. • Project Management Consulting: Provide project management consulting services to project managers of non-IT projects in customer business units. • Portfolio Management: Evaluate customer projects to determine which projects best meet the strategic business objectives of the customer and yield the highest reward with the lowest risk. • Capital Planning Support: Assist the PMOs in creating and maintaining the OMB-300s and other related documentation to support the Treasury-mandated capital planning process. • Knowledge Management: Serve as point of contact and owner of project management knowledge resources, including a repository of customer project/program documentation and a PM best-practices repository. • Project Manager Resource Development: Support business units in developing skilled project management resources to staff customer. • Business Performance: Implement a program to measure and manage the achievement of defined performance standards for customer projects and programs, as well as for the PMOs. The performance standards should be aligned with the business units’ strategic business objectives and the organizational balanced scorecard. • Information Management Strategy Development: Consult with business units on their information-management strategy and its implications for OCC’s technology strategy. • Operational Support: Perform the ‘back office’ operational tasks of the PMOs to facilitate and enable the customer-facing activities supported by the PMO staff. The OCC will evaluate all responses to this notice in accordance with the criteria stated below, and will advise each respondent in writing either that it will be invited to participate in the resultant acquisition or, based on the information submitted, that it is unlikely to be a viable competitor. All respondents considered not to be viable competitors will be advised of the general basis for that opinion. Notwithstanding the advice provided by the OCC in response to their submissions, all respondents may participate in the resultant acquisition. In order to be deemed competitively viable firms shall, at a minimum: 1) Be located in the Washington DC metropolitan area or have a local branch office that has been in operation for a minimum of three years as most aspects of the project may be required to be performed in that office. 2) Provide two (2) relevant past performance references. The work performed must be similar in similar in scope, magnitude, and complexity to that described in the DRAFT OCC SOO, the customer was similar in size and type of business (e.g. an organization involved in financial supervision, oversight or audit functions), and the contractor performed the work as the prime contractor. The past performance references should include the name, phone number, and email address of both a COTR and the project's sponsor or primary stakeholder. The references should also include a clear statement of the business problem the contractor was asked to address and a description of the measurable business benefits that the customer achieved as a result of the contractor's work. 3) Provide a copy of the following project management documents for one of the projects described in the past performance references: Project Management Plan, Quality Assurance Plan (or Quality Assurance Surveillance Plan), and one (1) of the following: Risk Management Plan, Communications Plan, Integrated Change Control Plan, or Performance Measurement/Management Plan. Firms desiring consideration must submit 5 copies of the required information if submitting hard copies. Electronic submissions are acceptable and encouraged and should be emailed to Kevin.linden@occ.treas.gov and deidre.eischens@occ.treas.gov. Responses are due by 4:00 p.m. EST on 6 April 2007. Personal visits for the purpose of discussing this requirement will not be scheduled. This is not a Request for Proposals. A contract award will not be made as a result of information submitted in response to this notice. NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (23-MAR-2007). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 13-JUN-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/TREAS/OCC/ASDMS413/CC-07-HQ-R-0035/listing.html)
 
Place of Performance
Address: Comptroller of the Currency 250 E Street SW Washington, DC 20219-0001; 400 Virginia Avenue S.W. Washington, D.C. 20219-0001
Zip Code: 20219-0001
Country: UNITED STATES
 
Record
SN01318359-F 20070615/070613223910 (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.