Search Contract Opportunities

Human Resource Technology Implementation and Advisory Services Support   2

ID: AG-3187-S-14-0005 • Type: Sources Sought • Match:  100%
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Draft a sources sought response template for this opportunity
Do the documents mention an incumbent contractor?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

Posted: Nov. 21, 2014, 5:16 p.m. EST
Amendment 4

The purpose of Amendment 4 is to change Factor 1, Sub Factor 2 to remove the explicit reference to the proposed labor mix in the technical evaluation of Task Order 1 and change the response to Q56 of the Q&A. This clarification is made since the sample Task Order 1 Pricing table is fixed for price competition purposes. However, offerors may submit a proposed labor mix and level of effort (number of hours) in their technical approach to Task Order 1 if they feel this will strengthen their proposal. The technical proposal shall not include any fully burdened labor rates or other dollar amounts pertaining to the pricing of this solicitation.

Remove and replace Page 34 of the Solicitation with the Attached Page 34 of the solicitation.

The answer to Question 56 is updated to read as follows:
Q56. If the rates/hours in 3_Sample_Task_Order_Pricing_Spreadsheet are a "scenario" to evaluate price reasonableness, where and how can the Offeror propose their staffing mix and associated pricing for Task Order 1?
A56. Due to the amount of unknowns in Task Order 1, the level of effort cannot be reasonably estimated for the purposes of comparing the separate offerors pricing required to accomplish task order 1. The challenge to the Government is that all variations from the separate offerors may be valid based on the assumptions offerors have made and thus they would not be an adequate discriminator for evaluating the total estimated price for Task Order 1. However, an offeror may propose a staffing mix and level of effort (number of hours) in its technical approach if they have determined this will strengthen their technical proposal. The technical proposal shall not include any fully burdened labor rates or other dollar amounts pertaining to the pricing of this solicitation.

Posted: Nov. 18, 2014, 7:04 p.m. EST
Posted: Nov. 12, 2014, 6:09 p.m. EST
Posted: Oct. 28, 2014, 6:48 p.m. EDT
Posted: Oct. 21, 2014, 2:32 p.m. EDT
Posted: Feb. 21, 2014, 3:53 p.m. EST
Sources Sought Notice

This Sources Sought Notice (SSN) is for planning/information purposes only and shall not be construed as a commitment or a promise of a contract by the Government. This is not a solicitation. This notice does not constitute a Request for Bid, Request for Quote or Request for Proposal, nor does it restrict the Government as to the ultimate acquisition approach. The Government will not reimburse respondents for any costs incurred in preparation of a response to this notice. It is the Government's intention to set this procurement aside for small business and perhaps to further restrict it for other socio-economic programs. For the purpose of this acquisition, the NIACs code is 541512 and the small business size standard is $25.5M.

1. PURPOSE.

The U.S.D.A. Forest Service (FS) is conducting a market analysis with this SSN to identify small businesses capable of performing the services required in the attached draft Performance Work Statements PWS), as well as to collect feedback from industry on the draft PWS's provided in this notice.

The information collected in this SSN and industry outreach notice will be used to further define the government's requirements and create the appropriate acquisition strategy. All submission information will be considered in finalizing FS' requirements.

2. BACKGROUND.
Within FS, Human Resources Management (HRM) provides comprehensive human resource (HR) services to nearly 45,000 full-time and seasonal employees. HRM services include labor management and employee relations, employee development, staffing, classification, Equal Employment Opportunity, and other related functions. In providing support across FS, HRM uses online tools and applications to streamline requests and responses to HR services.

Previous contractor support has assisted FS in managing and implementing HR Information Systems (HRIS) applications within the HRM Enterprise. Currently, seven applications have been implemented to-date with five additional applications being implemented in FY2014. FS anticipates the continued need for contractor support in human resources and application development and management to assist with application implementation in the HRM Enterprise.

Contractor services anticipated include:

1. Project Management
2. Risk Management
3. Issue Management
4. Strategy Development
5. Design Phase Management
6. Build Phase Management
7. Testing, Development, Coordination and Oversight
8. Deployment
9. Post-Implementation Support
10. Change Management
11. Knowledge Transfer and Training
12. Capital Planning, Budgeting and Procurement Support
13. Advisory Services
14. Transition Services

3. SUMMARY OF REQUESTED INFORMATION.
FS is not seeking elaborate replies, but rather concise, meaningful responses from vendors with the requisite HR and IT expertise and comments and questions on the Draft Solicitation. Generic marketing pamphlets and similar information is not desired. In 8 single-sided 8.5" x 11" pages or less using 12 pt. font (title page, table of contents, feedback on the draft Performance Work Statements do not count against the page count), vendors are requested to provide the following information:
(1). Company Information
a. Company name, point-of-contact, address and DUNS.
b. Business Type: (small business, woman-owned small, minority owned small, 8(a), hubzone, etc.)
c. Current contract vehicles (such as GSA Schedules) with HR IT services within scope that FS can use to obtain the services (do not list an IDIQ specific to another agency that FS cannot use).
d. Experience: Summary of at least three contracts for government or commercial HR IT services of similar scope, size and complexity in the last three years.
Each summary should contain:
A. Customer Name
B. Role of your Organization (Prime or Subcontractor)
C. Contract Number
D. Contract Type (fixed price, labor hour, etc.)
E. Dollar Value
F. Period of Performance
G. Customer Point-of-Contact with telephone number and email address
H. Number of full-time equivalents providing services under the contract
I. Description of services provided
(2). Company Capabilities
a. Describe the capabilities, features and benefits of your HR IT services in alignment with the required services in the draft IDIQ and Task Order Performance Work Statements.
b. Identify any planned subcontractors that would be used (if needed) and the area of expertise they would contribute to the team.
c. List the labor categories of the proposed labor mix for the IDIQ and TO PWSs.
d. Identify the number of full-time equivalents employed by your organization with requisite expertise for supporting FS.

(3). Review of Draft Documents (does not count in the 8-page limit)
Please provide feedback on the draft Solicitation Documents provided in this notice. The Government is contemplating the award of one or more Indefinite Delivery Indefinite Quantity (IDIQ) contracts as a result of the potential solicitation. Firm Fixed Price and Labor Hour Task Orders would be authorized. Further, the Government is contemplating to open the use of any resultant contract(s) up to the use of USDA and its other agencies. Your questions, concerns, and comments on the draft documents would be appreciated.
SUBMISSION INFORMATION.
All questions and responses are to be provided electronically in PDF or MS Word to Todd Mathie at tmathie@fs.fed.us. All responses must be submitted via email by 5:00pm ET on March 11th, 2014.

Overview

Response Deadline
Dec. 3, 2014, 5:00 p.m. EST (original: March 11, 2014, 6:00 p.m. EDT) Past Due
Posted
Feb. 21, 2014, 3:53 p.m. EST (updated: Nov. 21, 2014, 5:16 p.m. EST)
Set Aside
8(a) (8A)
Place of Performance
Work will be performed primarily at the contractor’s facility but may require some travel to the Albuquerque Service Center (ASC) in Albuquerque, New Mexico, Washington DC, and other United States Department of Agriculture (USDA) locations in the USA USA
Source

Current SBA Size Standard
$34 Million
Pricing
Fixed Price
Est. Level of Competition
Low
Odds of Award
19%
On 2/21/14 Acquisitions issued Sources Sought AG-3187-S-14-0005 for Human Resource Technology Implementation and Advisory Services Support due 12/3/14. The opportunity was issued with a 8(a) (8A) set aside with NAICS 541512 (SBA Size Standard $34 Million) and PSC R.
Primary Contact
Name
Todd Mathie   Profile
Phone
(505) 563-7331

Documents

Posted documents for Sources Sought AG-3187-S-14-0005

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

Opportunity Lifecycle

Procurement notices related to Sources Sought AG-3187-S-14-0005

Award Notifications

Agency published notification of awards for Sources Sought AG-3187-S-14-0005

IDV Awards

Indefinite delivery vehicles awarded through Sources Sought AG-3187-S-14-0005

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Sources Sought AG-3187-S-14-0005

Similar Active Opportunities

Open contract opportunities similar to Sources Sought AG-3187-S-14-0005

Additional Details

Source Agency Hierarchy
AGRICULTURE, DEPARTMENT OF > FOREST SERVICE > WO-AQM
Source Organization Code
88ba5261fcd81962f585000ce8f1cd63
Last Updated
May 20, 2016
Last Updated By
PI33_DR_IAE_51681
Archive Date
May 20, 2016