SOURCES SOUGHT
B -- Workforce Assessment for the NOAA National Marine Sanctuaries Program
- Notice Date
- 5/31/2005
- Notice Type
- Sources Sought
- NAICS
- 541611
— Administrative Management and General Management Consulting Services
- Contracting Office
- Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Acquisition and Grants Office, SSMC4 - Room 7601/OFA61 1305 East West Highway, 7th Floor, Silver Spring, MD, 20910
- ZIP Code
- 20910
- Solicitation Number
- Reference-Number-NCND6000500029
- Response Due
- 6/3/2005
- Archive Date
- 6/4/2005
- Description
- Request for Information - Workforce Assessment for the National Marine Sanctuaries Program of the National Oceanic and Atmospheric Administration. REQUEST FOR INFORMATION May 31, 2005 The National Oceanic & Atmospheric Administration (NOAA), a bureau of the U.S. Department of Commerce is interested in obtaining workforce assessment services for the National Marine Sanctuaries Program (NMSP.) This Request for Information seeks information from firms interested in and capable of providing workforce assessment services for the National Marine Sanctuaries Program (NMSP). Background information pertaining to the NOAA and the NMSP mission may be found at www.sanctuaries.nos.noaa.gov/ . NOAA is considering procuring these services through the General Services Administration (GSA), Federal Supply Service (FSS), Multiple Award Schedule (MAS) 874, Management, Organization and Business Improvement Services (MOBIS), Special Item Number 874-1, entitled Consulting Services. Award of a single Delivery Order is contemplated for a period of 120 days. A time and materials delivery order with a not-to-exceed ceiling amount is planned. The contemplated objectives for the conduct of an NMSP workforce assessment and plan are set forth below: Task 1 ? Planning The contractor shall develop a detailed Work Plan and Milestone Schedule for this project. The Contractor shall meet with NMSP headquarters management personnel to understand the nature of the workforce assessment, the detailed requirements for the workforce plan, and the desired outcome. The planning task shall include a review of the existing NMSP workforce, operational structure, and current challenges. The Contractor shall deliver a project work plan and milestone schedule fifteen days after contract award. Task 2 ? Best Practices Review The contractor shall perform a literature review and summarize best practices from other organizations facing similar issues. The Contractor shall deliver a written report of findings and present results in appropriate media format to a NMSP September Leadership Team meeting in Alpena, MI, during September 2005. Task 3 ? Interviews and Data Gathering The contractor shall conduct a series of focus group meetings with field and headquarters personnel to better understand the nature and extent of workforce issues. The Contractor shall develop a survey instrument and collect workforce information from other NMSP staff not involved in focus groups. The Contractor shall deliver an agenda and focus group presentation material five days prior to the start of the first focus group and ten days prior to the distribution of the survey instrument. Task 4 - Assessment Report The Contractor shall deliver a draft final report containing research findings and recommendations to achieve NMSP workforce goals 90 days after contract award. The Contractor shall provide an oral briefing to NMSP senior management officials describing final recommendations and alternative solutions 90 days after contract award. The Contractor shall receive comments from the Government and incorporate the comments into a final report which shall be delivered 120 days after contract award. The pricing mechanism contemplates use of Schedule 874 labor rates, discounted based on volume, to establish the time and material rates set forth above. Payment will be made upon inspection and acceptance at completion. Interested firms with capability to provide these services are invited to provide a written response to this request no later than 3:00 pm in Silver Spring, Maryland on June 3, 2005. The response shall be submitted electronically in MS Word to Mario.A.Checchia@noaa.gov and in paper version to Mario Checchia, National Oceanic & Atmospheric Administration, 1305 East West Highway, Suite 7604, Silver Spring, Maryland 20910. The response shall be no more than six (6) pages and shall include the following: Description of Firm o Summary and Type of Business o Central Contractor Registration Status o Organization Chart o Location o Revenue ? Past three years o Net Income ? Past three years o Banking Reference o Summary of Credit Facility or Line o Suspensions, Debarments, Terminations ? Past five years o DUNS Number o Tax Identification Number o GSA FSS MOBIS, SIN 874-1 MAS Number o Points of Contact ? Names, phone, fax, email Capacity to Perform the Work Described o Understanding & Knowledge workforce assessment o Understanding & Knowledge of the National Marine Sanctuaries Program o Understanding & Knowledge of NOAA Past Performance o Relevant Experience o Quality of Performance Price o Relevant Categories and Hourly Rates o Rate Discount Comments & Recommendations o Statement of Objectives o GSA FSS MOBIS MAS SIN 874-1 o Other comments you would like to make An original and four copies shall be submitted as well as the electronic version in MS Word. A one page letter shall cover the response signed by an individual authorized to commit the firm. The cover letter is the first of the six (6) pages. The electronic version shall be in the form of an email with one attachment. That single attachment shall contain all content and shall be sized less than five megabytes. The Government will not be liable for any costs incurred in response to this request. Each response shall be on 8-1/2 x 11-inch paper, in a commercially standard font, not smaller than size 10 (excluding separately created artifacts included within the text). The response shall be secured by simple stapling with the cover letter as the first page and shall not contain any elaborate binding. Each page in the response shall be separately numbered. A page of paper printed on both sides is considered as two pages (if using double-sided pages, the front side would be page 1, the reverse side would be page 2). The response shall not include brochures, newsletters, or other marketing materials uniquely created for this procurement. Elaborate artwork and expensive paper, bindings, visual or other presentation aids are discouraged The responses to this Request for Information may form the basis for requesting a number of firms to attend briefings or submit quotations. Questions and comments may be directed to (only electronically) at Mario.A.Checchia@noaa.gov. There will be no acknowledgement by the Government to responses to this Request for Information and no commitment to a procurement is made. If a response generates further interest, you will be contacted.
- Place of Performance
- Address: Silver Spring, Maryland
- Zip Code: 20910
- Country: USA
- Zip Code: 20910
- Record
- SN00818280-W 20050602/050531211729 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |