SOURCES SOUGHT
R -- Sources Sought TRADOC E-Staffing
- Notice Date
- 11/26/2013
- Notice Type
- Sources Sought
- NAICS
- 541618
— Other Management Consulting Services
- Contracting Office
- MICC Center - Fort Eustis (Joint Base Langley-Eustis), Building 2798, Fort Eustis, VA 23604-5538
- ZIP Code
- 23604-5538
- Solicitation Number
- W911S0ESTAFF
- Response Due
- 12/10/2013
- Archive Date
- 1/25/2014
- Point of Contact
- Shaina McKeel, 757.878.3166
- E-Mail Address
-
MICC Center - Fort Eustis (Joint Base Langley-Eustis)
(shaina.mckeel@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a Sources Sought announcement seeking capability statements only in order to determine if the available services can be provided by industry. This announcement is for information and planning purposes and is not to be construed as a commitment by the U.S. Government, nor will the U.S. Government pay for information solicited. The information from this notice will help the government plan its acquisition strategy. As described below, the Mission and Installation Contracting Command (MICC) - Fort Eustis intends to procure contractor support for E-Staffing services for the U.S. Army Training and Doctrine Command (TRADOC), Office of the Chief Knowledge Officer (OCKO). TRADOC Headquarters requires contractor support to provide holistic analysis of our current processes in various staffing actions. The contractor shall perform a critical analysis of TRADOC Staff's transfer of knowledge with enterprise solutions which provide cost savings and improved efficiencies. Contractor shall ensure capability for creation, organization, analysis, and transfer of knowledge, and manage processes in an efficient and effective manner with respect to document workflow through the entire physically dispersed command. The contractor shall be able to provide process improvement solutions with respect to document workflow through the entire physically dispersed command located throughout the four star command geographically located throughout the United States. Qualified sources shall assist TRADOC OCKO by providing the following functional requirements: 1. access to TRADOC employees that are involved with the creation and management of documents in E-Staffing workflow process. 2. the capability for multiple standard templates for the creation of appropriate documents in the E-Staffing workflow process. 3. the capability for future templates to be easily added to the E-Staffing workflow process. 4. capability to allow the initial document creators to indicate both people and organizations that should act on the document in the E-Staffing workflow. 5. capability for documents dissemination (movement, assignment) functions to only be executed by the personnel assigned to the TRADOC Action Managers role. 6. capability for TRADOC Action Managers to appropriately edit the documents submitted to the TRADOC Action Manager flow by TRADOC Action Officers. 7. capability for all TRADOC actors to view the status of specified documents in the E-Staffing workflow. 8. capability to archive documents and management actions associated with the documents. 9. capability for signature (digital, mobile, stylus) of TRADOC leaders. 10. individual access/perspective for documents that they need to take action on. 11. ability for TRADOC Action Officers to route documents in a workflow that only pertains to their sub organization without affecting the TRADOC Command E-Staffing workflow. 12. ability for TRADOC Action Officers to re-route documents in the event that the original routing requires a change. 13. ability for TRADOC Action Managers/Action Officers to provide status and organizational location on a set of documents that pertain to an action. 14. capability for TRADOC Action Manager to provide performance metrics on document workflow process. 15. capability for total document workflow visibility. 16. capability for users to create customized reports. 17. capability for role and privilege administration to occur at each sub-organization. 18. capability to monitor when leads and assists have completed actions at each echelon. 19. capability for system generated alerts to appropriate individuals notice that action is required. 20. capability for a calendar view of when actions are due at any level (echelon or sub-organization. 21. capability to easily develop new workflows. Qualified sources shall assist TRADOC OCKO by providing the following technical requirements: 1. role based security based on CAC-PKI technology and privileges. 2. single-sign-on capability. 3. integration with the standard personnel/organization identification system for the assignment of privileges. 4. access to the application via World Wide Web interface. 5. integration with the standard personnel/organization identification system for the assignment of E-Staffing workflow document actors. 6. capability for mobile digital signature. 7. an effective search capability. 8. all requirements with smooth technical integration with current Enterprise applications. 9. capability for automated generation of search criteria (eg. Metadata). The designated NAICS code is 541618 - Other Management Consulting Services with a size standard of $14.0 million. Your response shall include the following information: a) Size and designation of the company (i.e., 8(a), HUBZONE, WOSB, Veteran Owned, Small Disadvantaged Business, Service Disabled Veteran Owned, etc.) b) Number of employees c) Average revenue for the last three years d) Resources to include your company's growth capabilities and established line of credit. e) Your company's capability to do this type of work including: communication of technical expertise, capability, and capacity including similar, relevant and recent (three years or less) performance. Capabilities must be presented in sufficient detail for the Government to determine your company possesses the necessary functional area expertise and experience to compete for this acquisition. Responses shall not exceed eight (8) pages. It is imperative that businesses responding to this sources sought notice articulate their capabilities clearly and adequately. Please send your responses to MICC-Fort Eustis by 9:00am EDT, 10 December 2013. Email submissions are required and shall be sent to Shaina McKeel (shaina.s.mckeel.civ@mail.mil) and LaTanya Johnson (latanya.e.johnson.civ@mail.mil). IF A SOLICITATION IS ISSUED, IT WILL BE ANNOUNCED AT A LATER DATE and all interested parties shall respond to that solicitation announcement separately from the responses to this announcement. Again, no reimbursement will be made for any costs associated with providing information in response to this announcement.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/2d160d42f99ec6f4d0dafc53918eadf4)
- Place of Performance
- Address: MICC Center - Fort Eustis (Joint Base Langley-Eustis) 705 Washington Boulevard, Suite 126 Fort Eustis VA
- Zip Code: 23604-5538
- Zip Code: 23604-5538
- Record
- SN03241934-W 20131128/131126234644-2d160d42f99ec6f4d0dafc53918eadf4 (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 |