SOURCES SOUGHT
R -- USDA National Finance Center SSN/RFI - HR Case ManagementServices - USDA National Finance Center - Human Resources Case Management PWS
- Notice Date
- 2/16/2012
- Notice Type
- Sources Sought
- NAICS
- 541612
— Human Resources Consulting Services
- Contracting Office
- Department of Agriculture, Office of Procurement and Property Management, Procurement Operations Division, 300 7th Street, S.W., Room 377, Reporters Building, Washington, District of Columbia, 20024
- ZIP Code
- 20024
- Solicitation Number
- USDA-POD-SSNRFI-HRCaseMgmtSvcs
- Archive Date
- 4/7/2012
- Point of Contact
- David J. Taybron, , Patricia Bonds,
- E-Mail Address
-
David.Taybron@usda.gov, Patricia.Bonds@usda.gov
(David.Taybron@usda.gov, Patricia.Bonds@usda.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- USDA NFC HR Case Mgmt PWS U.S. Department of Agriculture National Finance Center Human Resources Case Management Services Sources Sought Notice (SSN)/Request for Information INTRODUCTION: The National Finance Center (NFC), located in New Orleans, Louisiana, provides reliable, cost-effective, employee-centric, systems and services to Federal agencies, allowing these customers to focus on serving this great Nation through their mission delivery. NFC's customer base is comprised of more than 140 Federal organizations, representing all three branches of the Government. NFC services small and large customers alike. The smallest payroll/personnel customer has only 2 accounts; the largest customer has approximately 140,000 accounts. NFC systems are specifically designed to readily accommodate the unique requirements of each customer's needs and mission. The Human Resources Line of Business (HRLOB), led by the Office of Personnel Management (OPM), was launched in 2004. The HRLOB Concept of Operations (CONOPS) proposes a service delivery model in which HR services relating to Human Capital Management Systems (HCMS) and payroll operations move to HRLOB Shared Service Centers (SSC). HRLOB business areas are identified in the HRLOB Business Reference Model (BRM), version 2, at http://www.opm.gov/egov/documents/architecture/BRM_Report_V2.pdf. In August 2005, NFC was selected as one of five Federal HRLOB SSCs. By partnering with private sector vendors expert in the area of Federal HR Services and by offering these services to agencies, NFC will meet the near-term and long-term goals of the HRLOB BRM. Transactional and administrative activities will move from the agency to NFC. This approach will allow agencies to increase their focus on their core mission activities and the strategic management of human capital, as NFC delivers their HR services in an efficient and cost-effective manner. PURPOSE AND OBJECTIVES: The following requirement areas define the specifications for delivery of Federal Case Management Services, and are provided to assist industry in understanding and delivering these services: • Compensation Management (Core & Non-Core) • Organization and Position Management • Employee Relations • Labor Relations The required Federal Case Management Services include: • Dispute Resolution (including Arbitration & Mediation) • Alternative Dispute Resolution (ADR) • Negotiations • Appeals Management and Appellate Reviews • Employee Relations • Labor Relations • Employee Assistance Program (EAP) • Worker's Compensation • Unemployment Compensation PURPOSE OF REQUEST FOR INFORMATION: This is a 8(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 the availability and capability of qualified SBA Certified 8(A) firms which can satisfy this requirement; and to identify HUBZone small businesses, Service-Disabled, Veteran-Owned small businesses, and all other small businesses which can satisfy this requirement. Firms should provide their size classification relative to the North American Industry Classification System (NAICS) code 541612 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. CAPABILITY STATEMENT/INFORMATION SOUGHT: Sources interested in this requirement must provide a statement of capabilities in sufficient detail to determine if the requirements of this notice can be met. The Government is requesting information regarding respondents': (a) current capability and capacity to perform the required services; (b) corporate experience and management capability; (c) prior completed (or on-going) projects of similar nature; (d) examples of prior completed Government contracts, references, and any other related information; and (e) staff expertise, including their availability, experience, and formal and other training. Respondents must provide DUNS number, organization name, address, point of contact, telephone, fax number, e-mail address, and size and type of business pursuant to the applicable NAICS code 541612. Responses should be provided electronically in Adobe PDF format and are restricted to a limit of fifteen (15) pages. Telephonic and facsimile responses will not be accepted. Responses to this notice must be received by 12:00 p.m. ET on Friday, March 23, 2012. DISCLAIMER AND IMPORTANT NOTES: This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any firm 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 or may not 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). HOW TO RESPOND: Offerors shall submit responses to this Sources Sought Notice/Request for Information via email to Patricia.Bonds@usda.gov, Project Manager, and David.Taybron@USDA.Gov, Contracting Officer. NO PHONE CALLS WILL BE ACCEPTED REGARDING THIS RFI. All questions and/or comments regarding this RFI must be submitted via email to all of the individuals listed above on or before March 9, 2012. Responses to this RFI shall be submitted (to all listed above) by March 23, 2012.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/OPPM/POD/USDA-POD-SSNRFI-HRCaseMgmtSvcs/listing.html)
- Place of Performance
- Address: TBD, United States
- Record
- SN02677546-W 20120218/120216235313-befa3f99219c6fa1af04b7291dd46610 (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 |