Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 01, 2007 FBO #2196
SPECIAL NOTICE

99 -- Human Resources Support Services

Notice Date
11/29/2007
 
Notice Type
Special Notice
 
NAICS
541612 — Human Resources Consulting Services
 
Contracting Office
Contracting Center of Excellence, Army Contracting Agency (ACA), ATTN: Policy and Compliance, 5200 Army Pentagon, Room 1D245, Washington, DC 20310-5200
 
ZIP Code
20310-5200
 
Solicitation Number
USA-SNOTE-071129-001
 
Archive Date
2/27/2008
 
E-Mail Address
Email your questions to Contracting Center of Excellence, Army Contracting Agency (ACA)
(jackie.moore@hqda.army.mil)
 
Description
This is a Request for Information in accordance with Federal Acquisition Regulations 15.201. The US Army Contracting Agency, Contracting Center of Excellence (CCE) at the Pentagon, on behalf of HRSolutions Program Office, is in the process of develo ping the Acquisition Strategy and Plan for the next generation of contracts to meets its mission to provide Human Resource support services in the four (4) Program Mission Areas of Studies and Analysis (S&A); Personnel Support Services (PSS); Administrativ e Support Service (ASS); and Recruitment and Retention (R&R). Background: HR encompasses the full life cycle of personnel categories, services, and support to Defense personnel and their communities, civilians, military components, families, veterans, retirees, and communities worldwide. HR Solutions Program Office was launched in 2004 and is now one of the Business Transformation initiatives housed in Headquarters, Department of the Army. Today, HR Solutions is a living component of the Armys continuing efforts to transform itself in order to offer best business practices for HR services (through contracts) and ultimately to ensure quality and predictability of cost and effective services, where and when needed. It is designed totally as a performance based program and organized to streamline the acquisition of human resource (HR) services, through competitive, efficient, standardized and well managed process, that emphasizes accountability and performance. This full life-cycle contract support is provided in a competitively managed multiple-contractor environment. The progr am office has initiated contracts with multiple vendors that cover all HR-related functional areas and disciplines that support those functions. The range of services implementation, operational and planning levels covers a broad array of requirements from individual services world wide to agency-wide organizational and program operations, including the provision of centralized management is to provide standardized programs to individuals and decentralized organizations throughout the world. The vision of HR Solutions to enhance its capabilities to assume greater responsibility to senior leaders in supporting HR mission and functions related requirements triggered by current events, congressional mandates, or resourcing constraints due to Brac Realignments and Code of Federal Regulations (CFR), Title 10. Currently, the Mission Area for Administrative Support Service is supported 100% as a small business set-aside and has generated approximately $20M in contract value since contract inception in 2004. All other mission areas were competed on a full and open basis and has generated approximately $300M, $390M, and $92 in contract value respectively for S&A, PSS and R&R. HR Solutions home page is located at https://www.hrsolutions.army.mil. Information Requested: The Government is seeking for new unique and innovative approaches to accomplishing the mission, goals and objectives of the HR Solutions Program Office while transforming the program into a new era of provisioning. In particular the Governments desire is to use evolutionary approaches to identify and administer incentives for contractors over the potential 10-year contact life to provide quality cutting edge support and to maximize cost effectiveness and efficiency. The Government is seeking to capitaliz e on lessons learned and trend analysis from the previous generations of contracts in order to establish a qualified pool of contractors capable of providing cutting edge support throughout the life of the acquisition. The ability to accommodate surge requ irements is paramount in order to stay abreast of the demands of the HR Solutions customers. This will be a total performance based approach. The ability of the Government to synchronize the results of this procurement will have an economy of scale that w ill have the highest visibility worldwide. The Government desires inf ormation and comments from industry (large and small business concerns), current customers and potential customers. Questions and Comments Desired: (Please gear your responses to any one or the entire Program Mission Areas addressed in the Draft PWS, Part 5 PLEASE GO TO CCES HOMEPAGE: http://dccw.hqda.pentagon.mil/rfp/rfp_1.asp .) Draft PWS is listed under W91WAW-08- 0-0001, titled SA Draft PWS. 1. Provide recommended language that better defines the performance based objectives in the Draft PWS, Part 5 for each Program Area to quantify the objectives in broad terms but yet directly link them to the goals and missions of HR Solution in the new mi llennium? 2. How can the PWS be structured to encourage innovative and unique approaches during the solicitation and evaluation phase in addition to Task Order solicitation and award. 3. What performance measures and standards would be appropriate at the basic award level that could also flow-down to the Task Order award and management? 4. What limitations are evident in with the draft PWS that could either restrict competition or not allow the HR Solutions to capitalize on its envisioned potential? 5. Are there any omissions or unnecessary duplications across Program Mission Areas that can be further streamlined to ensure maximum efficiency? Responses: All recommendations and comments shall be submitted via e-mail to Jackie.Moore@hqda.army.mil or Ruby.Mixon@hqda.army.mil no later than 2:00PM, Eastern Times December 13, 2007. Please limit each submission to 20 pages, excluding cover and content pages. This Request for Information (RFI) is to gather information for planning purposes only and should not be construed as a solicitation or as an obligation on the part of the Government. The Government does not intend to award an award(s) on the basis on the responses generated as a result of this RFI nor otherwise pay for the preparation of any information submitted or for the Governments use of such information. Acknowledgement for the receipt of responses will not be made, nor will the respondents be notified of the Governments assessment of the information received. No basis for claims against the Government shall arise as a result of a response to the RFI or the Governments use of such information as either part of our evaluation process or in developing specification any subsequent announcement. Responses will be held in confidential manner. Any proprietary information should be so marked. Inquiries: For questions and further information pertaining to this RFI please contact Ms. Jackie Moore via e-mail at Jackie.Moore@hqda.army.mil or Ms.Ruby Mixon at Ruby.Mixon@hqda.army.mil. Additional information can be found under Sources Sought Notice W91WAW-07-0-0000 published on the Army Single Face to Industry (ASFI) Acquisition Business Web Site on November 2, 2007.
 
Record
SN01460147-W 20071201/071129223850 (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.