SOURCES SOUGHT
R -- Workforce Planning and Process Improvement
- Notice Date
- 12/30/2015
- Notice Type
- Sources Sought
- NAICS
- 541612
— Human Resources Consulting Services
- Contracting Office
- Department of Health and Human Services, Food and Drug Administration, Office of Acquisitions and Grants Services - Rockville, 5630 Fishers Lane, Room 2129, Rockville, Maryland, 20857-0001, United States
- ZIP Code
- 20857-0001
- Solicitation Number
- 1161178
- Point of Contact
- James G. Whitt, Phone: 2404027627
- E-Mail Address
-
james.whitt@fda.hhs.gov
(james.whitt@fda.hhs.gov)
- Small Business Set-Aside
- N/A
- Description
- This is not a solicitation announcement. This is a sources sought synopsis only. The purpose of this sources sought synopsis is to gain knowledge of potential qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) relative to the North American Industry Classification System (NAICS) code. Responses to this sources sought synopsis will be used by the Government to make appropriate determinations about potential sources. Only SDVOSB sources shall respond to this sources sought synopsis. Project Title: Workforce Planning and Process Improvement Project Description: Background: The Office of International Programs (OIP) in the Office of Global Regulatory Operations and Policy (GO), U.S. Food and Drug Administration (FDA), serves as a focal point of coordination and catalytic lead for the Agency's shift from a domestic focus to global in multiple and diverse ways on behalf of the FDA Commissioner and GO Deputy Commissioner, as well as for the Agency. Within the OIP, the Executive Operations Office (ExecOps), led by the Director, is responsible for the management and coordination of GO and OIP resources, including people, money, equipment, and facilities for headquarters and FDA Foreign Posts. This includes providing management services in the areas of acquisitions, budget formulation and execution, program evaluation, process improvement, workforce planning, performance management, human resources, strategic management, international travel operations, and facilities management. As a result of a General Accountability Office (GAO) study in 2010, FDA supported the GAO's recommendation to develop a workforce plan for OIP and its foreign post cadre. GO is required to develop a 5-year, scenario-based Strategic Workforce Plan (WFP), initially for OIP and subsequently for the Office of Regulatory Affairs (ORA) to ultimately comprise a Strategic WFP for GO. The purpose of this contract is to develop the first phase of the WFP for OIP and the process to implement the strategies set forth in the WFP. Requirements: Key functional needs of the Government for this contract include, but are not limited to: (1) Development and implementation of a workforce plan for OIP using ‘OPM's 5-step Workforce Planning Model' and OIP WFP framework, to include (i) a situational analysis that includes a variety of methods designed to provide clarity and understanding of OIP's internal and external operating environment as it relates to its capabilities, customers and related responsibilities, (ii) an organizational learning strategy aligned with and embedded within the overall mission and vision of OIP and includes how OIP training and development opportunities will align with OIP workforce demands and skill gaps as well as how the strategy can or will adapt to a changing regulatory environment, (iii) a succession plan that identifies both generic and specific skill sets and competencies tied to management and to OIP mission critical occupations, and develops and validates needed competencies and sets forth a strategy for recruiting individuals who hold these key competencies or have the capacity for professional development, (iv) a performance management plan that includes a full cycle of actions designed to maximize OIP engagement, development, and performance to ensure the performance assessment process is fair, efficient, and transparent, and is based on actionable and constructive feedback from managers and supervisors, (v) a recruitment and retention plan that conducts and develops a Full-Time Equivalent (FTE) supply and demand forecast based on OIP's mission and workforce needs, focuses on identifying vacant positions and FTE forecasting aligned with future OIP needs, provides in-depth strategies that connect with employee engagement in recruitment and retention, includes a business case that analyzes the availability of categorical recruitment, relocation, and retention incentives for all personnel posted abroad based on position description, and provides methods and best practices in order for OIP to draft accurate and detailed vacancy announcements, positions descriptions and individual assessments that are tied to the OIP mission and vision, (vi) and a learning and development plan aligned with OIP's mission and vision, proposes recommendations and solutions for formal classroom training, virtual training, on-the-job training, and self-managed learning, and includes an assessment of the learning management system (LMS) based on the results of a training needs analysis; and (2) providing technical expertise and professional guidance in (i) implementing the strategy set forth in the WFP for headquarters and foreign posts, (ii) assessing the workforce quarterly to determine efficacy of gap closure efforts, (iii) developing employee performance measures and updating position descriptions, (iv) identifying training and WFP activities, (v) identifying and coordinating outreach and recruitment activities geared towards closing targeted workforce gaps, and (vi) developing key workforce planning tracking metrics and implementation milestones. The period of performance for the contract is anticipated to be 12 months from the date of award. Your responses to the questions provided below will assist the Government in selecting the appropriate acquisition method. Page limit: Maximum 15 pages (font size Times New Roman 11 or larger). A copy of the company capability statement will also be accepted (but not in place of the responses to the below questions). After review of the responses received, a pre-solicitation synopsis and formal solicitation may be published in the Federal Business Opportunities. Responses to this notice must include company name, address, point of contact, size of business pursuant to the NAICS code, and must respond to the following questions: 1. Is your business a small business under the NAICS code? 2. Are you a certified Service-Disabled Veteran-Owned small business? 3. Please describe your organization's capabilities with respect to developing a workforce plan using OPM's 5-step Workforce Planning Model that includes a situational analysis, organizational learning strategy, succession plan, performance management plan, recruitment and retention plan and learning and development plan. 4. Please describe your organization's capabilities with respect to implementing strategies set forth in a workforce plan throughout an organization. 5. Please describe how your organization has successfully developed a FTE supply and demand forecast. 6. Please describe your organization's capabilities in developing WFP elements for an office with a global focus that includes headquarter and foreign posts. 7. Please describe how your organization has successfully developed and validated competencies and provided recommendations of next steps needed for a competency based approach to WFP within an office. 8. Please describe your organization's demonstrable command of English language - both spoken and written. This is not a request for proposals and in no way obligates the Government to award any contract. Responses to this notice can be mailed to: U.S. Food and Drug Administration Attn: James G. Whitt Office of Acquisitions and Grant Services 5630 Fishers Lane, Room 2107 Rockville, MD 20857 Electronic mail responses will also be accepted at: James.Whitt@fda.hhs.gov. Telephone responses will not be accepted. Responses must be received in writing, by no later than Monday, January 11, 2016, 12:00 PM, Eastern Time. No solicitation is currently available. Responses to this sources sought synopsis will not be considered adequate responses to the solicitation, a request to be added to a prospective offerors list, or a request to receive a copy of the solicitation. Reference No. 1161178.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/DCASC/1161178/listing.html)
- Place of Performance
- Address: The work will be performed at the contractor’s facility, with visits to FDA offices in Silver Spring, MD, as necessary., United States
- Record
- SN03980317-W 20160101/151230234153-98d68485e5552c4d1f570808d381a341 (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 |