Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 01, 2007 FBO #2074
SOURCES SOUGHT

D -- HR LOB Enterance on Duty Solution

Notice Date
7/30/2007
 
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, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
OPM0407I0031
 
Response Due
8/10/2007
 
Archive Date
8/25/2007
 
Description
SOURCES SOUGHT/REQUEST FOR INFORMATION Office of Personnel Management as the HR Line of Business Managing Partner 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 four of the five reference models that make up the FEA. One of those models, the Business Reference Model (BRM), describes a governmentwide 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 the onboarding of agencies? new employees and federal transfers. HR LOB Business Reference Model and Target Requirements Shared Service Centers are available at http://www.opm.gov/egov/. The HR LOB, in concert with Federal agencies, has developed detailed requirements for a standard governmentwide approach to EOD that is described in the EOD Concept of Operations Report (EOD CONOPS). This report is attached. The CONOPS describes an EOD solution from the following perspectives: Business capability description ? this description includes: 1. Detailed task-level EOD process map and task descriptions 2. Functional requirements for an EOD solution 3. Overview of EOD-related data required by the employee and the agency 4. Identification of the service components based on the FEA definitions 5. EOD performance measures 6. Service Delivery Model describing access to services 7. Acquisition Approach Strategy The results are compliant with OMB?s Federal Enterprise Architecture guidelines. More importantly, the EOD CONOPS describes a solution that moves toward realization of the HR LOB enterprise architecture. This RFI is being issued to gather information about solutions that meet the functionality outlined in the CONOPS report and make it available to the agencies interested in acquiring EOD solutions. 2. Description of Information Requested: Note: This is a Request for Information (RFI) only. No solicitation will be issued at this time. This RFI will be used to consolidate vendor information based on a comparison to the EOD CONOPS report. This information will be consolidated and made available to agencies. Capability Statements must reflect the vendor?s ability to provide an EOD solution 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. EOD, for this RFI, specifically refers to the automated collection and distribution of initial employment and work information for Federal employees and contractors. It includes notifications to relevant Federal staff, the exchange of data between pre-employment certification providers, and communication around provisioning. It does not include recruiting, the content and development of orientation or delivery of new employee orientation nor does it include socialization of the employee. In the Federal Government, agencies are typically collecting information for a new or transferring employee through activities that require the prospective employee to complete forms that contain redundant information. Paper forms are reviewed and organized; some are manually input into a system and others are simply filed in a hard-copy folder for reference. Vendors responding to this RFI must provide: 1. Company Information. Vendors will provide a one page summary about their company. Included in the summary will be: a. The company name and address b. Contact information for the EOD solution information c. Size of the company in terms of revenue and employees d. Years in business e. Type of company 2. Understanding of Business Need. Vendors will state the business need fulfilled by their solution in the Federal environment. 3. Functional Overview. Vendors will provide a description of how their EOD solution works for their clients, including a process overview. 4. Requirements Self-Evaluation. Vendors will fill out a self-evaluation tool for each requirement found in the EOD CONOPS. (See the attached excel spreadsheet). 5. Public Sector Experience. Vendors will summarize EOD implementations in the Federal, state or local government environments. Each reference will be 1 page or less, with the total number of pages being less than 10 pages. Include in the references: a. Implementation date b. Current status of the solution c. Reference name and contact information d. Number of new employees served per year 6. Technical Architecture. Provide a summary of the technical architecture for the EOD solution presented in this RFI. Include in the summary: a. Web services approach and use b. How the solution will leverage existing technology c. Architectural direction including a point of view on Service Oriented Architecture (SOA) 7. Federal Government contracting vehicles. Vendors will provide contract information on any Federal contracting agreements for which they have qualified. Additionally, OPM requests that vendors provide information about their pricing structures and rough order-of-magnitude pricing (e.g., including software licenses, consulting rates, hosting fees) for their solutions, given their understanding of the requirements stated in this RFI. 3. How to Respond: Responses to this RFI must be received by 3:00 PM on August 10, 2007. 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) up to 2 pages 2. Understanding of Business Need up to 2 pages 3. Functional Summary/Process overview up to 4 pages 4. Requirements Self-Evaluation Tool (form) up to 11 pages 5. Public Sector Experience up to 10 pages 6. Technical Architecture up to 4 pages 7. Federal Government Contracting vehicles up to 1 page 8. Government List Pricing and Pricing Structure up to 2 pages If time permits, and depending on the number of responses, individual vendors MAY be contacted for a product demonstration. The Federal 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 on its eventual 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 Federal 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: Chris Atkins CLATKINS@OPM.GOV And John Rekstad JAREKSTA@OPM.GOV In addition, upon sending your response, please call John Rekstad at 202-606-1274 to notify him of your submission.
 
Place of Performance
Address: OPM 1900 E Street NW, Washington DC
Zip Code: 20415-0001
Country: UNITED STATES
 
Record
SN01356813-W 20070801/070730222354 (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.