Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 07, 2009 FBO #2905
SOURCES SOUGHT

R -- MANPOWER ANALYSIS AND ASSESSMENT SUPPORT SERVICES

Notice Date
11/5/2009
 
Notice Type
Sources Sought
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
Department of Homeland Security, Federal Law Enforcement Training Center (FLETC), Procurement Division, PRO Bldg 93, 1131 Chapel Crossing Road, Glynco, Georgia, 31524
 
ZIP Code
31524
 
Solicitation Number
HSFLGL-10-I-00001
 
Archive Date
12/22/2009
 
Point of Contact
Sharon D. Bodford, Phone: 9122672303, Cassandra Murfree, Phone: 9122673298
 
E-Mail Address
Sharon.Bodford@dhs.gov, Cassandra.Murfree@dhs.gov
(Sharon.Bodford@dhs.gov, Cassandra.Murfree@dhs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Notice HSFLGL-10-I-00001 Title: Manpower Analysis and Assessment Support Services This is a Small Business Sources Sought notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding: (1) the availability and capability of qualified small business sources; (2) whether they are small businesses; HUBZone small businesses; service-disabled, veteran owned small businesses; 8(a) small businesses; veteran-owned small businesses; woman-owned small businesses; or small disadvantaged businesses; and (3) their size classification relative to the North American Industry Classification System (NAICS) code for the proposed acquisition. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. An organization that is not considered a small business under the applicable NAICS code should not submit a response to this notice. This Small Business Sources Sought Notice (SBSS) is for information and planning purposes only and shall not be construed as a solicitation or as an obligation on the part of the Federal Law Enforcement Training Center (FLETC). A determination by the Government not to compete this requirement as a set-aside based upon responses to this Notice is solely within the discretion of the Government. Interested parties are expected to review this Notice and the Draft Statement of Work to familiarize themselves with the requirements of this project; failure to do so will be at your firm's own risk. Background: The Federal Law Enforcement Training Center (FLETC) is an interagency law enforcement training organization within the Department of Homeland Security (DHS) serving over 80 Federal agencies (Partner Organizations) as well as State, local, and international law enforcement agencies. The FLETC is headquartered at the Glynco, Georgia training site and has three additional training sites in Artesia, New Mexico; Charleston, South Carolina and Cheltenham, Maryland. The FLETC maintains a Manpower Assessment and Analysis (MAA) function within the Strategic Planning and Analysis Division commonly referred to as the MAA Team. The primary function of the MAA Team is to manage and perform all tasks associated with the FLETC Manpower Analysis and Assessment (MAA) Function which encompasses the Manpower Analysis Program (MAP) and the Commercial Services Management (CSM) Program. Purpose and Objectives: The purpose of this Small Business Sources Sought Notice is to identify qualified small business concerns including HUBZone small businesses; service-disabled, veteran-owned small businesses; 8(a) small businesses, veteran-owned small businesses; woman-owned small businesses; or small disadvantaged businesses that are interested in and capable of performing the work described herein. The FLETC does not intend to award a contract on the basis of responses received nor otherwise pay for the preparation of any information submitted. As a result of this SBSS Notice, the FLETC may issue a Request for Proposal (RFP). THERE IS NO SOLICITATION AVAILABLE AT THIS TIME. However, should such a requirement materialize, no basis for claims against FLETC shall arise as a result of a response to this Small Business Sources Sought Notice or the FLETC's use of such information as either part of our evaluation process or in developing specifications for any subsequent requirement. The purpose of this project is to provide Manpower Analysis and Assessment Support. This may include participating in the conduct of manpower, functional or organizational reviews by performing data collection and analysis as well as providing activity based costing, business case analysis, consolidation functionality assessment, benchmarking, industrial engineering, market research, productivity assessment, reengineering, reinvention, utilization studies, or value engineering services. During the conduct of a review, approximately 50% of the Contractor's services shall be provided on-site at the FLETC Glynco, GA facility while the other 50% may be performed off-site at a location of the Contractor's chosing and expense. Additional travel to FLETC's other sites may be necessary as described in the draft SOW. Project Requirements: 1. Plan of Action and Milestones (POAM) -The Contractor shall develop a POAM for each project using Microsoft Project or other approved program. The POAM will identify and track those tasks required to be performed and completed prior to successful completion of the task. 2. Manpower Analysis Study - The Contractor shall perform Manpower Analysis studies, which could vary in degree of effort from a quick response review (e.g. determining the workload of a single task or a benchmarking endeavor) to conducting a full manpower utilization or organizational efficiency review (e.g. a Business Process Reengineering (BPR) study of an entire division. 3. A-76 Streamlined Competition - The Contractor shall perform Preliminary Planning tasks in preparation for an A-76 Competition, as well as participate in the conduct of the competition itself. 4. Business Case Analysis/Feasibility Review (BCA) - The Contractor shall conduct a BCA in order to determine whether savings and/or efficiencies could be gained by subjecting an identified activity to further analytical scrutiny, such as a Business Process Reengineering (BPR) effort or an OMB Circular A-76 Competition. 5. Business Process Reengineering Study (BPR) - The Contractor shall employ a systematic, disciplined improvement approach that critically analyzes an organization's mission, core functions, and delivery processes in order to achieve a more efficient and effective organization. 6. High Performing Organization Study - The Contractor shall validate and document an MEO's performance and expected continued savings in order to be considered by DHS and OMB to be recognized as a High Performing Organization. 7. Miscellaneous-The Contractor shall perform, as needed, additional taskings to include but not limited to: Post Competition Compliance Reviews, Annual COMPARE costing updates, assisting in the development of guidance and processes. Anticipated Period of Performance: The period of performance for this requirement is five (5) years, consisting of a one-year base period plus four (4) one-year options. The anticipated start date is July 1, 2010. Other Important Considerations: As a result of this SBSS Notice, the FLETC may issue a Request for Proposal (RFP). THERE IS NO SOLICITATION AVAILABLE AT THIS TIME. However, should such a requirement materialize it is anticipated to be filled on an Indefinite Delivery/ Indefinite Quantity (IDIQ) basis. Draft Statement of Work: A copy of the draft Statement of Work (SOW), which is subject to revisions, may be accessed by submitting an email to Sharon Bodford, Contracting Officer, at Sharon.Bodford@dhs.gov or Cassandra Murfree at Cassandra.Murfree@dhs.gov. NAICS Code and Size Standard: In the event an RFP is issued, North American Industry Classification System (NAICS) code 541611 with a size standard of 7.0 million dollars is being considered. Capability Statement/Information Sought: Tailored Capability Statements shall demonstrate a clear understanding of all tasks specified in the draft Statement of Work (SOW). Tailored Capability Statements for this requirement shall address the following areas: 1. Demonstrate the ability and experience to meet the requirements of the draft SOW. 2. The organization's awareness of project needs and approach to performance of tasks in meeting the objectives of the attached draft SOW. Specifically, address the following: • Experience with Private Industry and Governmental operations. • Experience with the full range of Manpower Analysis as described in the Project Requirements and the draft SOW. • Demonstration of a practical and realistic approach to the sample tasks. • Description of how the team will be organized both technically and administratively. • Demonstration of proficiency in the latest available version of the Microsoft Office Suite. • Demonstration of proficiency in COMPARE costing software. 3. Demonstrate the ability to provide knowledgeable staff to meet the objectives of the attached draft SOW. Specifically, addressing that proposed staff have the experience in the technical environment and range of tools comprising this project. 4. Document composition and qualifications of the proposed staff. Specifically, the following two position types: (a) The Project Coordinator shall be directly responsible for management coordination and liaison with the Government. The Project Coordinator shall be the central point of contact with the Government and shall have the full authority to act or make decisions for the Contractor on all matters pertaining to this project. The Project Coordinator shall have a minimum of three (3) years of experience in Manpower Analysis commensurate with the tasks identified throughout the draft SOW. (b) The Management Analyst(s) shall have three (3) years of experience in Management Analysis commensurate with the tasks identified throughout the draft SOW, to include experience performing analysis on Governmental operations. Information Submission Instructions: 1. Page Limitations: Interested qualified small business organizations should submit a tailored capability statement for this requirement not to exceed twenty (20) single sided pages including all attachments, resumes, charts, etc. (single spaced, 12 point font minimum in Times New Roman, Courier New or Arial) that clearly details the firm's ability to perform the aspects of the notice described above and in the draft SOW. Tailored capability statements should also include an indication of current certified small business status; this indication should be clearly marked on the first page of your capability statement (preferably placed under the eligible small business concern's name and address) as well as the eligible small business concern's name, point of contact, address and DUNS number. 2. Number of Copies: All capability Statement sent in response to this SMALL BUSINESS SOURCES SOUGHT notice must be submitted electronically (via e-mail) to Sharon Bodford, Contracting Officer, at Sharon.Bodford@dhs.gov in MS Word, or Adobe Portable Document Format (PDF). The e-mail subject line must specify HSFLGL-10-I-00001, "Manpower Analysis and Assessment Support Services". Facsimile responses will not be accepted. 3. Common Cut-off Date: Electronically submitted tailored capability statements are due no later than 3:00PM (Eastern Prevailing Time) on December 7, 2009. CAPABILITY STATEMENTS RECEIVED AFTER THIS DATE AND TIME WILL NOT BE CONSIDERED. DISCLAIMER AND IMPORTANT NOTES: This notice does not obligate the Government to award a contract or otherwise pay for the information provided in this response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation. CONFIDENTIALITY: No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/FLETC/PDDC20229/HSFLGL-10-I-00001/listing.html)
 
Place of Performance
Address: FEDERAL LAW ENFORCEMENT TRAINING CENTER, 1131 CHAPEL CROSSING RD, GLYNCO, Georgia, 31524, United States
Zip Code: 31524
 
Record
SN01998924-W 20091107/091105235802-62c3bc521e98f47a61f6828d39729938 (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.