Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 13, 2012 FBO #3976
SPECIAL NOTICE

R -- Employment of Special Operations Wounded Warriors Request for Information

Notice Date
10/11/2012
 
Notice Type
Special Notice
 
NAICS
624310 — Vocational Rehabilitation Services
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, Headquarters Procurement Division, 7701 Tampa Point Blvd, MacDill AFB, Florida, 33621-5323
 
ZIP Code
33621-5323
 
Solicitation Number
H92222-13-R-WWRFI
 
Archive Date
11/10/2012
 
Point of Contact
Jane Ellison, Phone: 8138267335
 
E-Mail Address
jane.ellison@socom.mil
(jane.ellison@socom.mil)
 
Small Business Set-Aside
N/A
 
Description
This request for information (RFI) is for planning purposes only and shall not be considered as an invitation for bid, request for quotation, request for proposal, or as an obligation on the part of the Government to acquire any products or services. Responses to this RFI will be used for market research purposes only and to identify capabilities and potential sources. No entitlement to payment will arise as a result of responding to this RFI. The information provided may be used by the United States Special Operations Command (USSOCOM) in developing an acquisition strategy, statement of work/statement of objectives, or performance specifications. Interested parties are responsible for adequately marking proprietary or sensitive information contained in their response. USSOCOM Care Coalition requires a comprehensive approach to matching transition opportunities with SOF wounded, ill and/or injured (WII). Care Coalition currently has a capability gap in identifying, acquiring and placing transitioning special operations forces SOF WII in meaningful careers in the private and public sectors. USSOCOM is interested in using state of the art technology and innovative approaches to determine WII desires for employment in specific sectors (information technology, engineering etc.) and assist SOF WII in obtaining appropriate employment. We need a systematic, comprehensive approach to finding careers and other opportunities for transitioning SOF WII that uses Care Coalition advocates, agents or headhunters, and an automated tool to track progress and provide a cyclical process of matching each transitioning SOF WII to multiple career opportunities. The goal is to attain 100% employment of SOF WII into jobs that match their skills, capabilities, and career aspirations. Responses to this notice will NOT be considered as offers and will NOT be used by the Government to form a binding contract. Specifically, the contractor shall provide all services, material, travel, facilities, etc., for transitioning SOF WII into appropriate employment. Specific requirements include: Accommodation of legislative changes that make transitioning SOF SMs more desirable in the job market. Balance requirements of medical treatment, geographic relocation, family dynamics, and the transitioning SOF WII life goals when selecting employment opportunities. Search and documentation of qualifications and attributes of incumbent employees of employment sectors of interest. Comparison of WII qualifications and attributes to incumbents in desired sectors. Identify gaps between employment opportunities and expected candidate availability approximately 12 months in advance of need to hire. Identify preparation activities (education, training, etc.) for WII to engage in while medically recovering. Increase WII competitive capability for targeted employment in order to better match the specialized skills and military experience of the SOF WII population to employment opportunities in the private and public sectors. Development of career plans tailored to each transitioning SOF WII. Streamline traditional processes used to hire military personnel transitioning to civilian status. Manage workload of priority effort for 25 transitioning SOF WII per month, while actively assisting up to an additional 150 transitioning SOF WII simultaneously. Consider barriers and obstacles encountered by transitioning SOF WII (For example, the barrier created by military services tendency to release service members into communities without community leader involvement or awareness). Obtain commitments from industry for hiring of SOF WII. Possess a well established capability to gain access to CEOs and influential business sector leaders and ability to gain access to the entire spectrum of the job market. Provide interview preparation training. Provide negotiation skills training. Provide coordination and logistics support for interview of SOF WII. Utilize a database tool with artificial intelligence to match SOF WII to employment opportunities, track transitioning SOF WII for their life span, and refresh/reengage SOF WII in the transition program when needed. Assist transitioning SOF WII with participation in Care Coalition internships with private and public sectors. Work in close coordination with the Care Coalition Director, Deputy Director, and Chief of Community Outreach. Provide for expansion of services to the general population of all Military Service members/veterans. PERFORMANCE BASED METRICS: Monthly number of SOF WII hired through contract services. PERIOD OF PERFORMANCE. As early as January 2013 for 12 months. It is anticipated that the contract will contain a base period of 12 months and two one year options GEOGRAPHIC REQUIREMENT. The service may be provided via electronic and telecommunications means, in-person, or a combination of both. I NFORMATION SECURITY. N/A GOVERNMENT FURNISHED EQUIPMENT. N/A SECURITY CLEARANCE LEVELS REQUIRED. None. OTHER SECURITY REQUIREMENTS. None Interested parties should submit their data as a pdf attachment to an email by 1:00 PM EST on 26 October 2012 to jane.ellison @socom.mil. Responses shall include the complete name and address of the interested party, CAGE Code and DUNS Number (if available), and the name, phone number and email address of at least one POC. Responses shall include a brief overview of the capability or capabilities that exist to meet the Government's needs and identify which capability area(s) of the requirement it addresses; any available pricing information; any potential contract vehicles that would be available to the Government for the procurement of the products and services, to include Federal Supply Schedules (FSS) or any other Government Agency contract vehicle. Responses shall be no more than 10 pages.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/SOAL-KB/H92222-13-R-WWRFI/listing.html)
 
Place of Performance
Address: Service may be provided via electronic and telecommunication means, in-person, or a combination of both., MacDill AFB, Florida, 32621, United States
Zip Code: 32621
 
Record
SN02912125-W 20121013/121011233954-ad67b714598aeeb835aae460b912cc67 (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.