Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 26, 2018 FBO #6120
MODIFICATION

R -- Systems Change Management Services-Continuous Improvement Consultant

Notice Date
8/24/2018
 
Notice Type
Modification/Amendment
 
NAICS
541618 — Other Management Consulting Services
 
Contracting Office
Department of Education, Contracts & Acquisitions Management, Contracts (All ED Components), 550 12th Street, SW, 7th Floor, Washington, District of Columbia, 20202
 
ZIP Code
20202
 
Solicitation Number
91992418
 
Archive Date
9/22/2018
 
Point of Contact
Clarissa S. Ryan, Phone: 2022457623
 
E-Mail Address
clarissa.ryan@ed.gov
(clarissa.ryan@ed.gov)
 
Small Business Set-Aside
N/A
 
Description
Request for Proposal SYSTEMS CHANGE MANAGEMENT SERVICES Issued by: Office of Special Education and Rehabilitative Services, United States Department of Education Office of Special Education and Rehabilitative Services Representative: Clarissa Ryan Clarissa.Ryan@ed.gov 1.0 PURPOSE The intent of this Request for Proposal (RFP) is to obtain firm fixed price proposals from qualified firms to: • Provide change management services to the Office of Special Education and Rehabilitative Services (OSERS) to support the continuous improvement of OSERS' systems to support State Educational Agencies, State Vocational Rehabilitation Agencies, stakeholders within the disability community, and the public. • Provide an individual to serve as the "Continuous Improvement Consultant." 2.0 BACKGROUND INFORMATION OSERS supports programs that serve millions of children, youth and adults with disabilities, and is committed to improving early childhood, educational, and employment outcomes and raising expectations for all people with disabilities, their families, their communities, and the nation. In implementing this mission, OSERS supports programs that help educate children and youth with disabilities and provides for the rehabilitation of youth and adults with disabilities. OSERS provides a wide array of supports to parents and individuals, school districts and states in two main areas-special education and vocational rehabilitation-through its two main components: Office of Special Education Programs (OSEP) and Rehabilitation Services Administration (RSA). OSERS is led by the Assistant Secretary to implement its vision that all Americans with disabilities will live and thrive with their disabilities in their own communities. OSERS is seeking to engage in efforts focusing on the implementation of a systems-based approach to organizational management. OSERS will identify internal resources to assist with detailing work processes, identifying stakeholders and communications. OSERS Senior Leadership is responsible for key result areas including service strategy/planning, project strategy/planning, process reengineering, and continuous improvement performance management. OSERS envisions the Continuous Improvement Consultant working closely with the Senior Leadership to identify process changes, which will identify communication and training needs. Likewise, OSERS envisions the Continuous Improvement Consultant working closely with supervisors. The Continuous Improvement Consultant will report to OSERS Assistant Secretary or Deputy Assistant Secretary. Ultimately, this implementation effort will result in continuous improvement of OSERS' systems to support State Educational Agencies, State Vocational Rehabilitation Agencies, and the public, and will positively impact a variety of stakeholders. This effort will include, though not be limited to, identifying and addressing current capacity needs, evaluating and improving work processes, while continuing to provide exceptional service to stakeholders. 3.0 BIDDER'S MINIMUM QUALIFICATIONS Bidders must demonstrate that they have the resources and capability to provide the materials and services as described herein. All bidders must submit the documentation indicated below with their proposal. Failure to provide any of the required documentation shall be cause for proposal to be deemed non-responsive and rejected. The following criteria shall be met in order to be eligible for this contract: 3.1 Bidders shall provide evidence that the Continuous Improvement Consultant assigned has expert knowledge in systems change management methodology and practice, with demonstrated experience and effectiveness in working with state and local agencies. 3.2 Bidders shall provide evidence that the Continuous Improvement Consultant has knowledge in grant administration and education policies related to OSERS' work, e.g. Every Student Succeeds Act (ESSA), Individuals with Disabilities Education Act (IDEA) and the Workforce Innovation and Opportunity Act (WIOA). 3.3 Bidders shall provide evidence of experience in leading and implementing a systems change management initiative for education organizations with a similar size, complexity and scope to that of the OSERS that operate within a larger bureaucracy. 4.0 SCOPE OF SERVICES All proposals must be made on the basis of, and either meet or exceed, the requirements contained herein. The need-date for project completion is March 15, 2019. Proposals should thoroughly describe the technical approach in addressing the scope of services outlined below. 4.1 Support OSERS' Leadership in the development and implementation of a comprehensive strategy to enable the continuous improvement of OSERS' systems to support State Educational Agencies, State Vocational Rehabilitation Agencies, and the public, inclusive of the following: a. A description of the systems change management methodology and practice to be implemented, b. A communications plan, c. A training plan, and d. A list of activities to be completed and resources to be utilized to effectively implement a systems change. 4.2 Provide a dedicated individual to serve as a "Continuous Improvement Consultant" for the project. 4.3 Work collaboratively with individuals including, but not limited to, OSERS senior leadership, management teams and other staff within OSERS. 4.4 Attend meetings as needed in person in Washington, DC as well as participate in virtual meetings. 4.5 Schedule and facilitate meetings with staff and stakeholders as needed. 4.6. Write communications materials in coordination with OSERS staff and in accordance with applicable policies and procedures. 4.7 Provide status reports in person and in writing. 4.8 Meet with leaders, individuals and teams on aspects of systems change. 4.9 Meet with individuals and teams to identify barriers to systems change and to address ongoing organizational needs that affect the implementation of systems change. 4.10 Provide tools to individuals, teams, and management for effectively dealing with change. 4.11 Make modifications to the systems change management strategy as needed to address changes in the project timeline or project milestones. 4.12 Attend a kick-off meeting with OSERS Senior Leadership and other staff as appropriate. 4.13 Provide additional systems change management services, as needed or requested. 5.0 SUBMISSION GUIDELINES & REQUIREMENTS The following submission guidelines & requirements apply to this Request for Proposal: 5.1 Bidders must list at least three (3) projects that are substantially similar to this project as part of their response, including references for each. Examples of work should be provided as well. 5.2 A technical proposal must be provided that is not more than forty (40) pages. This technical proposal must provide an overview of the proposed solution as well as resumes of all key personnel performing the work. In addition, the technical proposal should provide a proposed schedule and milestones, as applicable. 5.3 A price proposal must be provided that is not more than ten (10) pages. This price proposal should indicate the overall fixed price for the project as well as hourly rates and an estimated total number of hours, should OSERS decide to award a contract on an hourly rate basis. 5.4 Proposals must be signed by a representative that is authorized to commit bidder's company. 5.5 If you have a standard set of terms and conditions, please submit them with your proposal. All terms and conditions will be subject to negotiation. 5.6 Proposals must be received prior to 11:59 PM EST, September 7, 2018 to be considered. 5.7 Proposals must remain valid for a period of ninety (90) days. 5.8 OSERS anticipates selecting at least two individuals or firms to have more in-depth discussions with, and will make an award to one of these "down-selected" individuals or firms. 6.0 BUDGET The budget for the project is $25,000. 7.0 EVALUATION FACTORS OSERS will rate proposals based on the following factors, with cost being the most important factor: 1. Responsiveness to the requirements set forth in this Request for Proposal 2. Relevant past performance/experience 3. Samples of work 4. Cost, including an assessment of total cost of ownership 5. Technical expertise/experience of bidder and bidder's staff OSERS reserves the right to award to the bidder that presents the best value to OSERS as determined solely by OSERS in its absolute discretion. 8.0 TERMS AND CONDITIONS Clauses incorporated by reference: Reference Text 52.252-2-Clauses Incorporated by Reference (Feb 1998) 306-1c- Invoice and Contract Financing Requests Submission-IPP (May 2018) 306-8-Contract Administrator (Feb 1985) 52.212-4-Contract Terms and Conditions-Commercial Items (Jan 2017) 52-212-5-Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Jan 2018) 52.232-40-Providing Accelerated Payments to Small Businesses Subcontractors (Dec 2013) 3437.170-Observance of administrative closures 3452.201-70-Contracting Officer's Representative (COR) (May 2011) 3452.224-70-Release of Information Under the Freedom of Information Act (May 2011) 3452.242-73-Accessibility of Meetings, Conferences and Seminars to Persons with Disabilities (May 2011)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ED/OCFO/CPO/91992418/listing.html)
 
Place of Performance
Address: 550 12th Street, SW, District of Columbia, 20202, United States
Zip Code: 20202
 
Record
SN05056117-W 20180826/180824231700-895e87ecf7bdd9a9a72ff516083921c7 (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.