Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 09, 2017 FBO #5616
SOURCES SOUGHT

R -- Leapfrog Investment Promotion Agency (IPA) Applied Best Practices Learning

Notice Date
4/7/2017
 
Notice Type
Sources Sought
 
NAICS
541618 — Other Management Consulting Services
 
Contracting Office
Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition Management Division, 100 Bureau Drive, Building 301, Room B130, Gaithersburg, Maryland, 20899-1410, United States
 
ZIP Code
20899-1410
 
Solicitation Number
SB1350-17-R-02022
 
Archive Date
5/2/2017
 
Point of Contact
Monica Brown, Phone: 2024820932
 
E-Mail Address
monica.brown@trade.gov
(monica.brown@trade.gov)
 
Small Business Set-Aside
N/A
 
Description
DESCRIPTION 1.1 THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. This RFI is issued solely for information and planning purposes - it does not constitute 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. Respondees are advised that the U.S. 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. 1.2 International Trade Administration Office is seeking information for vendors with the capability of conducting a study of best practices among multiple Investment Promotion Agency's (IPAs) that will culminate in both a public-facing executive summary of best practices for federal-level IPAs, as well as a non-public best practices implementation road map for SelectUSA that will maximize SelectUSA's impact. BACKGROUND 2.1 Mission and Vision In FY2016, the Job-Creating Investment (JCI) Cross Agency Priority (CAP) Goal team was awarded funding by the Office of Budget and Management (OMB) for carrying out the Leapfrog Investment Promotion Agency (IPA) Applied Best Practices Learning Initiative (also known as the "Leapfrog Initiative"). This initiative dedicates resources to research and assess best practices in investment promotion from other leading national-level IPAs for adoption by the SelectUSA program, the U.S.'s federal level program for investment promotion and facilitation. Benchmark research completed a few years ago revealed that competitor nation governments were spending an average of $58.8M per year, with an average of 167 dedicated staff, on investment promotion. As a relative newcomer to the federal investment promotion space, the SelectUSA program and JCI CAP Goal team have much to learn from established, comparable IPA counterparts. The Leapfrog Investment Promotion Agency (IPA) Applied Best Practices Learning Initiative will allow the SelectUSA program to: • Scale and deepen previous analysis of a single IPA and adopted actionable recommendations; • Enhance understanding of best practices in investment promotion from leading international IPAs including, but not limited to, IPA operations, organizational structure, communication, and federal investment promotion intervention; and • Implement select findings from the structured comparative analysis for improving program efficacy. OBJECTIVES 3.1 The Objective is to obtain a detailed project execution strategy, project plan, fully articulated project milestones, and final project deliverables that will, with little alteration, be of sufficient quality and specificity to guide work to successful project completion. Development of the project strategy, plan, milestones, and deliverables will be iterative and collaborative with the program office. Regular check-ins of varied frequency between the Consultant and the program office throughout the period of performance will be necessary to provide a fully developed product. REQUIREMENTS 4.1 The contractor will conduct an in-depth study of Investment Promotion Agency (IPA) best practices leveraging both the existing body of knowledge and conducting new case studies with successful IPAs. 4.2 Upon award of the contract, the vendor will be expected to develop a formal plan of their intended approach to successfully meet the deadlines of the deliverables below. Deliverables will be submitted in two packages, one as a draft of the final project to serve as a milestone and ensure the Government's satisfaction with the direction of the study approximately five (5) months after the period of performance begins, with final drafts to be submitted twelve (12) months after contract award. Details of what shall be submitted with each package follows below. 4.3 Project Products/Deliverables The project products/deliverables of this project include: • Project Plan and Milestone Dates - the Vendor will include detailed descriptions of project milestones and deliverables. • U.S. Government (USG) Investment Promotion Web - the Vendor shall map the different roles within the ITA and different agencies within the USG that touch inward investment facilitation and service delivery. • Pre-Paper Presentation - the Vendor must present a strong draft of the Structured Comparative Analysis Report to JCI CAP Goal team. The presentation must include a structured comparative analysis product with infographics and visuals developed for public consumption. • Structured Comparative Analysis Reports- the Vendor must deliver two versions of the structured comparative analysis report of best practices of investment promotion agencies. These audience-focused reports consist of a 1) publication-quality report for public consumption and 2) USG-limited report for internal practitioners. The reports shall be accompanied by a shareable professional Executive Summary. • Best Practice Recommendation and Implementation Plan- the Vendor shall deliver a well-reasoned proposal of recommended investment promotion best practices that SelectUSA should implement supported with a strategic implementation plan. • Facilitated Best Practice Presentation- the Vendor shall present up to six presentations made to the SelectUSA leadership and team and the Job-Creating Investment Cross-Agency Priority Goal team to present findings from research. 4.4 Travel. The Project Manager will be required to visit at least 6, but no more than 12 of the Investment Promotion Agencies selected for this project. The Project team may be required to travel locally (DC). 4.5 Place of Performance.The work outlined in this document can be performed outside of the Department of Commerce, but the Project team required to make regular, day-long (minimum) tours of duty at the Department of Commerce building (1401 Constitution Ave Washington, DC 20230) at the discretion of the COR Representative. 4.6. Period of Performance The Period of Performance will be for the base period shall stretch for 9 months from the Date of Award, with the available option period for another 9 months. RESPONSES 5.1 Interested parties are requested to respond to this RFI with a white paper. 5.2 White papers are due no later than 17 April 2017, 10:00 AM EST. Responses shall be limited to 20 pages and submitted via e-mail only to Monica.Brown@trade.gov. Proprietary information, if any, should be minimized and MUST BE CLEARLY MARKED. To aid the Government, please segregate proprietary information. Please be advised that all submissions become Government property and will not be returned. 5.3. The white paper shall provide administrative information, and shall include the following as a minimum: A. Name, mailing address, phone number, fax number, and e-mail of designated point of contact. B. Description of capability to meet the requirements of this procurement. C. Business type (large business, small business, small disadvantaged business, 8(a)-certified small disadvantaged business, HUBZone small business, woman-owned small business, very small business, veteran-owned small business, service-disabled veteran-owned small business) based upon North American Industry Classification System (NAICS) code 541618, Other Management Consulting Services. "Small business concern" means a concern, including it's affiliates, that are independently owned and operated, not dominant in the field of operation in which it is bidding on Government contracts, and qualified as a small business under the criteria and size standards in 13 CFR part 121. A small business concern for the purposes of this procurement is generally defined as a business, including its affiliates, averaging no more than $15.0 million dollars in annual receipts. Respondees are cautioned, however, that this is a general description only. Additional standards and conditions may apply. Please refer to Federal Acquisition Regulation FAR 19 for additional detailed information on Small Business Size Standards. The FAR is available at http://www.arnet.gov. SUMMARY THIS IS A REQUEST FOR INFORMATION (RFI) ONLY to identify sources that can provide the services as described above. The information provided in the RFI is subject to change and is not binding on the Government. The Department of Commerce has not made a commitment to procure any of the items 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/spg/DOC/NIST/AcAsD/SB1350-17-R-02022/listing.html)
 
Record
SN04464817-W 20170409/170407234705-8eed3419aae2669fde96fa7a641a8097 (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.