Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 07, 2014 FBO #4731
MODIFICATION

B -- Request For Information to Support Study Analysis

Notice Date
11/5/2014
 
Notice Type
Modification/Amendment
 
NAICS
518210 — Data Processing, Hosting, and Related Services
 
Contracting Office
ACC - Rock Island (ACC-RI), ATTN: AMSAS-AC, Rock Island, IL 61299-6500
 
ZIP Code
61299-6500
 
Solicitation Number
W52P1J-15-T-PAM1
 
Response Due
12/4/2014
 
Archive Date
1/4/2015
 
Point of Contact
Paulette McGoldrick, 309-782-1239
 
E-Mail Address
ACC - Rock Island (ACC-RI)
(paulette.mcgoldrick@us.army.mil)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
1.0 Description The Office of the Deputy Assistant Secretary of the Army (Plans Programs & Resources) is seeking capable and interested 8(a) small business sources that could provide support to study, analyze, and provide recommendations for the size and competencies of the Army Acquisition Workforce. Included in this effort are aspects of strategic planning coupled with analytic measures to create predictive resource staffing models, and competency management for human capital solutions. The duration of this effort is anticipated to be 5 years 1.1 Request For Information (RFI) Only. This RFI is issued solely for information and planning purposes - it does not constitute as a Request for Proposal (RFP) or a promise to issue an RFP in the future. This request for information does not commit the Government to contract for any supply or service whatsoever. Further, the Government is not at this time seeking proposals and will not accept unsolicited proposals. The RFI respondees are advised that the Government will not pay for any information or administrative costs incurred in response to this RFI; all costs associated with responding to this RFI will be solely at the interested party's expense. Not responding to this RFI does not preclude participation in any future RFP, if any is issued. If a solicitation is released, it will be synopsized on the Federal Business Opportunities (FedBizOpps) website: https://www.fbo.gov and the GSA E-Commerce Central website: http://www.gsa.gov. It is the responsibility of the potential offerors to monitor these sites for additional information pertaining to this requirement. 2.0 Background The Office of the Assistant Secretary of the Army for Acquisition, Logistics and Technology underwent a strategic review to determine how to best organize future manpower requirements. The review identified additional practices necessary to validate workload requirements that canbe adjusted quickly to meet changes in demand. A memorandum distributed by the Army Acquisition Executive directed the Deputy Assistant Secretary of the Army for Plans Programs & Resources (DASA PP&R) to lead three efforts: 1) Identify core capabilities, 2) Organize and determine staff for Life Cycle Management, and 3) Establish a flexible model to accommodate requirements and human resource issues. In so doing, DASA PP&R developed a Human Capital Strategic Plan that provides a consistent approach in identifying and validating detailed workloads and skill sets across the Acquisition workforce. Currently, DASA PP&R has deployed PRSM for the Program Management (PM) function. The results and utility of the model prove to be a new paradigm on workload analysis. The PRSM methodology will continue to be used to build models for the Logistics, Contracting, Research & Development, Test, and Facilities Engineering functions. Ultimately, these functions will be integrated into a single tool used to predict workforce requirements across the Army acquisition workforce; ultimately gaining optimal staffing for future capabilities and skill sets. In order to provide recommendations, strategic planning and analytic measures will be used to develop optimal structures, tools (predictive resource staffing models), and human capital solutions, which will improve efficiencies across the acquisition workforce. The ODASA (PP&R) lacks analytic expertise to execute these tasks. 2.1 Delivery Date: December 2014 2.2 Delivery Period and Condition: Delivery Period is anticipated to start 4QFY15. 2.3 Limitations: Not specified at this time. 2.4 Security Requirements: Not specified at this time. 3.0 Requested Information The requested information is to gain an understanding of the respondents knowledge, experience and competencies in the following areas: Developing PREDICTION STAFFING MODELS for Federal Government Acquisition functions. Functions modeled may include but are not limited to Program Management, Logistics, Contracting, Research & Development, Test, and Facilities Engineering functions. Information on each functional model should include the areas listed below, as appropiate: Data Collection and Analysis Methods. Describe methods, procedures, and products used to develop prediction staffing models. Competency Modeling. Describe experience in, including, methods, procedures, and products, developing and integrating competencies into existing Prediction Staffing Models. For this response, competency is defined as the knowledge, skills, and abilities needed to successfully perform the work required. The responses should also include information on sizes of populations modeled, level of effort required for each, and further explanations, as appropriate. If web-based software end products were developed as a part of the modeling efforts, please ensure responses identify them and summarize the capabilities provided. 4.0 Responses Interested parties are requested to respond to this RFI with a whitepaper. 4.1 RFI Whitepaper. The RFI whitepaper should be in Microsoft Word for Office 2007 compatible format and due NLT Dec 04, 2014. The whitepaper response is limited to 5 single-sided pages and submitted via e-mail only to the Government Point of Contract (POC): paulette.a.mcgoldrick.civ@mail.mil The RFI whitepaper should address the following: Proprietary information, if any, should be kept to minimum and MUST BE CLEARLY MARKED. To aid the Government, segregate proprietary information. Please be advised that all submissions become Government property and will not be returned. If any respondee does not currently have a Proprietary Data Protection Agreement (PDPA) that would permit the Government's personnel to review and evaluate the submitted whitepaper in response to this RFI, the respondee should request to sign PDPAs with the Government. Please note that all government or contractor personnel have executed Non Disclosure Agreements (NDA) for all project information related to the Human Capital Initiative. The RFI whitepaper should provide the following information: 1.Company Information. Name, mailing address, overnight delivery address (if different from mailing address), phone number, fax number, and e-mail of designated point of contact. 2. Relevant Government work Contractual Vehicle Information. Identify previous Government work in this area or other relevant efforts that will demonstrate overall capabilities 3.Proprietary Information. Identify and handle of respondee's company proprietary information should include either: 1) Copies of executed NDAs with the Government or 2) A statement stating the respondee will not allow the Government to release its proprietary data for the RFI whitepaper evaluation. 5.0 Meetings and Discussions The Government representatives may or may not choose to meet with potential RFI service provider. Such meetings and discussions would only be intended to get further clarification of potential capability, especially any development and certification risks. 6.0 Questions Questions and the whitepaper regarding this RFI should be submitted in writing by e-mail to the designated POC. 7.0 Summary This RFI is only intended for the Government to identify sources that can provide the information requested. This RFI is subject to change and is not binding to the Government. The Government has not made a commitment to procure any of the RFI services discussed, and release of this RFI should not be construed as such a commitment or as authorization to incur cost for which reimbursement would be required or sought. All submissions become Government property and will not be returned.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/1349431961a154f795de78a11c9213a6)
 
Place of Performance
Address: Office of the Deputy Assistant Secretary of the Army Washington, DC Washington DC
Zip Code: 00000-0000
 
Record
SN03567342-W 20141107/141105234813-1349431961a154f795de78a11c9213a6 (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.