SOURCES SOUGHT
B -- Organizational Effectiveness Consultant Services
- Notice Date
- 2/6/2012
- Notice Type
- Sources Sought
- NAICS
- 541611
— Administrative Management and General Management Consulting Services
- Contracting Office
- Social Security Administration, Office of Budget, Finance, and Management, Office of Acquisition and Grants, 1st Floor, Rear Entrance, 7111 Security Blvd., Baltimore, Maryland, 21244
- ZIP Code
- 21244
- Solicitation Number
- SSA-SSN-12-2002
- Archive Date
- 3/7/2012
- Point of Contact
- Michael V. DeAngelis,
- E-Mail Address
-
Mike.DeAngelis@ssa.gov
(Mike.DeAngelis@ssa.gov)
- Small Business Set-Aside
- N/A
- Description
- This is a Sources Sought Notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations and in no way obligates the Government to award a contract. The purpose of this notice is to obtain information, for planning purposes, regarding: (1) the availability and capability of potential sources that can provide the required services described below and (2) the size classification of the available and potential sources relative to the North American Industry Classification System (NAICS) code for the proposed acquisition. The NAICS code for this planned acquisition is 541611 - Administrative Management and General Management Consulting Services. Your response to the information requested will assist the Social Security Administration (SSA) in planning the appropriate acquisition strategy. Background: The Office of Facilities & Supply Management (OFSM) is transforming into a results-oriented organization focusing on sustained positive performance, customer service, and continuous improvement of its business processes serving SSA components. In pursuit of this goal, an in-depth assessment of the workforce skill sets, utilization, and day-to-day business processes is required. This effort will aide in providing a broader, deeper understanding of the day-to-day processes that the component offices perform. The overall goal of the Contractor is to identify areas for potential improvement that will directly benefit the entire agency. The Contractor will accomplish this effort by documenting the current "As is" processes of core priority functions identified by OFSM leadership. This effort will also include identifying bottlenecks, internal and external interfaces, and issues. In addition to developing the "As is" processes, the Contractor will recommend and document "To be" processes which contributes to increasing customer satisfaction, reducing cost, enhancing efficiency, and improving internal controls. The Contractor will work with OFSM senior leadership to prioritize the most critical process improvement opportunities. Response Information: In Order for SSA to asses a firm's capability, firms must submit a response that provides enough detail to indicate that it can provide the services that meet the requirements below. Requirements: - Contractor will meet with each OFSM component Office Director to identify all relevant functional/business processes and non-bargaining unit subject matter experts (SMEs) for potential interviews. The OFSM Senior Leadership Team (SLT) will validate the viability of each functional/business process and SMEs identified for potential interviews. - OFSM SLT will notify Contractor of the functional/business processes to be studied and will provide an approved list of SMEs to be interviewed. OFSM Office Directors (or designees) will provide all relevant background material for each of the functions/business processes to be studied. Contractor will catalog and review this documentation so it can be used for reference. For each functional/business process, Contractor will coordinate, schedule, and conduct interviews with the SMEs approved by the OFSM SLT. The purpose of the SME interviews will be to gather information about the current processes, including problematic areas and areas for improvement. - Based on the information gathered in the SME interviews, the Contractor will develop a draft ‘as is' process diagram and an accompanying narrative for each individual process. The narrative will include information on key actors, description of the steps, and a responsibility matrix. The Contractor will conduct reviews with the process owners to validate the ‘as is' documentation. - The Contractor will analyze and identify potential opportunities for improvement by identifying problematic areas and bottlenecks for each process. The Contractor will research relevant best practices, identify risks, and recommend alternatives. - The Contractor will review all functional/business process improvement opportunities with the SMEs and Office Directors. OFSM SLT will determine which improvements will be implemented. The Consultant will document the ‘to be' processes, including a diagram and narrative description. Upon review and approval of the ‘to be' process maps, the Consultant will develop a final package of the ‘as is' and ‘to be' processes. - The Contractor will interview a representative number of non-bargaining unit workforce employees for each component functional area as identified by component Office Directors, examine relevant documentation, and conduct focus groups if required. Interview questions will be structured and designed to ascertain if skill sets are adequate, employees are being properly utilized, if and where personnel resources could be more efficiently utilized, and what challenges are hampering the ability of the organization to function as a high performing entity. Vendor submissions of simple marketing materials or brochures, incomplete responses that do not conform to the elements of this request for information, or references to vendor websites will not be considered by SSA. With your response, please include: a. DUNS number b. Company Name c. Company Address d. Current GSA Schedules appropriate to this notice e. Type of Company (i.e. large business, small business, small disadvantaged, women owned, BUBZone, and Service Disabled) as validated via the Central Contractor Registration f. Company point of contact, phone and email address All responses must be submitted in an electronic form via e-mail to the Contracting Officer at Mike.DeAngelis@ssa.gov no later than February 21, 2012 at 12:00 pm. Reponses will not be accepted after the due date. Responses must not exceed twenty (20) pages. The file size limitation for e-mail attachments is 5 MB. Faxed information will not be considered. SSA will not accept phone calls regarding this notice. SSA will not return any information submitted in response to this notice. No reimbursement will be made for any costs associated with your submittal. Information received will be used in SSA's market research effort and for procurement planning purposes. This notice is not to be construed as a commitment by SSA. The Government reserves the right to contact, or not to contact, any party responding to this notice in order to obtain further information for market research purposes
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/SSA/DCFIAM/OAG/SSA-SSN-12-2002/listing.html)
- Place of Performance
- Address: Social Security Administration Headquarters, Baltimore, Maryland, 21244, United States
- Zip Code: 21244
- Zip Code: 21244
- Record
- SN02668768-W 20120208/120206234941-0f9b69c0cf284e21b52b9f5ffb7cb49c (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 |