Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 24, 2008 FBO #2371
SOURCES SOUGHT

R -- Recruiting & Hiring Services

Notice Date
5/22/2008
 
Notice Type
Sources Sought
 
NAICS
561311 — Employment Placement Agencies
 
Contracting Office
Department of the Army, Defense Contracting Command-Washington, Contracting Center of Excellence, Army Contracting Agency (ACA), 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
W91WAW-08-X-XXXX
 
Response Due
6/6/2008
 
Point of Contact
Curtis Davis, 703-693-2139
 
Small Business Set-Aside
Total Small Business
 
Description
This combined sources sought/synopsis is for information and planning purposes only; it is not to be construed as a commitment by the Government. A contract may not be awarded as a result of this combined sources sought/synopsis. The US Army Contracting Agency, Contracting Center of Excellence (CCE) at the Pentagon, on behalf of the Office of the Inspector General intends to contractually procure a contractor that shall provide recruiting and hiring services while providing operational recruitment and staffing support to the Human Capital Advisory Services Directorate (HCASD) and provide tactical planning and implementation to support short-term and long-term recruitment and retention strategies as identified in Performance Work Statement (PWS). Small businesses are to submit capability packages. Interested small businesses that are certified and qualified as a small business concern under NAICS code (561310) with a size standard of $6.5M are encouraged to submit their capability packages. Each of the following key areas or tasks must be addressed. 1.) Redesign OIGs vacancy announcement template to accomplish the following: (1) market OIG as an employer of choice, (2) convey clear and concise duty statements and qualifications criteria that are easily understood by the general public, (3) describe evaluation process and required documentation in a way that increases the probability that applicants will submit all required documentation. 2.) Assist OIG Human Resource Specialists in staffing a variety of positions by performing job evaluations (evaluating the proper band placement in accordance with NSPS criteria), developing vacancy announcements, verifying qualifications and eligibility, adjudicating veterans preference, clearing priority placement lists, setting pay and making job offers. 3.) Analyze labor market conditions and identify potential sourcing strategies to fill a wide range of OIG positions. 4.) Analyze Civilian Labor Force (CLF) data and determine availability of potential candidates by gender, and race and national origin (RNO) to support strategic workforce planning efforts and to support the Federal Equal Opportunity Recruitment Plan (FEORP) and Hispanic Hiring Program. These are federally mandated programs. 5.) Develop potential sourcing strategies and implementation strategies to meet requirements under the federally mandated Disabled Veterans Affirmative Action Program (DVAAP). 6.) Develop potential sourcing and implementation strategies to support hiring of the disabled. 7.) Support workforce planning efforts by developing statistical templates to support the analysis of retention, competency gaps, time-to-hire and diversity. 8.) Write recruitment advertisements for journals and publications. 9.) Accompany OIG staff to job fairs and recruiting events, and market OIG as an employer of choice. 10.) Provide tactical support to HCAS staff in the development of recruitment materials including brochures and displays under a Branding approach. If at least two responsible small business concerns are determined by the Government to be capable of performing this requirement based on an evaluation of the capability packages submitted by 10:00 am EST, 06 June 2008, the requirement will be solicited as a 100% set-aside for small business concerns. If capability packages are not received from at least two responsible small business concerns by the response date or if the Government determines that no small businesses are capable of performing this requirement based upon an evaluation of the capability packages submitted, this requirement will be solicited under full and open procedures. No other synopsis will be posted for this requirement. To assist us in maintaining a list of interested small businesses for this potential procurement, please provide your companys name, point of contact (POC), address, phone number, and business size under the above NAICS code to the POC for this procurement to Mr. Curtis Davis. All inquiries must be in writing and must be submitted by 10:00 am EST, 30 May 2008. A Firm-Fixed Price type contract is anticipated. The period of performance is projected to be 01 August 2008 through 01 January 2009. A written Request for Proposal (RFP) will be posted on or about 10 June 2008. A draft copy of the PWS can be retrieved and downloaded from CCEs homepage at: http://dccw.hqda.pentagon.mil/rfp/rfp_1.asp, under HF1026-8126-0001-000, Recruiting & Hiring Services. All amendments will be posted and must be retrieved from this website. Responses and inquiries must be submitted by email to the POC identified below. Contractors are responsible for all costs for submitting their capability packages. POC is Mr. Curtis Davis, Contract Specialist at 703-693-2139 or Ms. Brenda Keiper, Contracting Officer, at 703-692-9425.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=88b492e59944e4608849e115653c5704&tab=core&_cview=1)
 
Place of Performance
Address: Contracting Center of Excellence, Army Contracting Agency (ACA) ATTN: Policy and Compliance, 5200 Army Pentagon, Room 1D245 Washington DC
Zip Code: 20310-5200
 
Record
SN01579464-W 20080524/080522220949-88b492e59944e4608849e115653c5704 (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.