SOURCES SOUGHT
R -- AD HOC HUMAN CAPITAL PROFESSIONAL SUBJECT MATTER EXPERT
- Notice Date
- 7/24/2015
- Notice Type
- Sources Sought
- NAICS
- 541611
— Administrative Management and General Management Consulting Services
- Contracting Office
- NASA/Goddard Space Flight Center, Code 210.P, Greenbelt, MD
- ZIP Code
- 00000
- Solicitation Number
- NNG15556153L
- Response Due
- 8/7/2015
- Archive Date
- 7/24/2016
- Point of Contact
- Keisha S Willingham, Contract Specialist, Phone 301-286-3010, Fax 301-286-2226, Email Keisha.S.Willingham@nasa.gov
- E-Mail Address
-
Keisha S Willingham
(Keisha.S.Willingham@nasa.gov)
- Small Business Set-Aside
- N/A
- Description
- NASA/GSFC is hereby soliciting information about potential sources for ad-hoc services of a Human Capital (HC) professional with subject matter expertise in HC management, federal regulations, processes, operations, and products for the purposes of delivering assessments and recommendations, and an executable implementation plan that will map a successful future state path forward for the Office of Human Capital Management (OHCM). The National Aeronautics and Space Administration (NASA) GSFC Office of Human Capital Management is seeking capability statements from all interested parties, including Small, Small Disadvantaged (SDB), 8(a), Woman-owned (WOSB), Veteran Owned (VOSB), Service Disabled Veteran Owned (SD-VOSB), Historically Underutilized Business Zone (HUBZone) businesses, and Historically Black Colleges and Universities (HBCU)/Minority Institutions (MI) for the purposes of determining the appropriate level of competition and/or small business subcontracting goals for the following services: a.An assessment and analysis of OHCMs current state of HC services (includes processes, practices, staff resources, collective organizational competencies, and organizational structure) for each of its five organization, which in total encompass functions such as: staffing, classification, training/employee development, organizational development, executive resources, employee and labor relations, performance management, worklife and wellness, awards and recognition; b.Research/benchmarking and documentation of best practices in HC in order to discover innovative HC practices, processes and competencies in the general HC areas; and c.Development of a future state roadmap, implementation plan, and recommendations for HC services, to include recommendations for process changes, technological/ systems changes, and organizational/restructuring changes as well as any potential barriers or constraints e.g., potential costs, FTE staff resources, skills gaps, competency gaps, and equipment/software requirements that may be required. The Government reserves the right to consider a Small, 8(a), Woman-owned (WOSB), Service Disabled Veteran (SD-VOSB), or HUBZone business set-aside based on responses hereto. No solicitation exists; therefore, do not request a copy of the solicitation. If a solicitation is released it will be synopsized in FedBizOpps and on the NASA Acquisition Internet Service. It is the potential offerors responsibility to monitor these sites for the release of any solicitation or synopsis. Interested offerors/vendors having the required specialized capabilities to meet the above requirement should submit a capability statement of 5 pages or less indicating the ability to perform all aspects of the effort described herein. Separate from the Capability Statement, NASA/GSFC requests that Offerors/vendors provide responses to the following to assist in market research and planning activities. The response to the numbered list of questions below shall not exceed 3 pages in total (Times New Roman, Font 12, one inch margin). 1.Indicate the current labor categories/mix of positions for work currently and/or previously awarded to your company that align with the human capital professional services requested. Give the name of the client for which services were provided, and the length of the client engagement. Include the credentials and certifications for the employees engaged with each client. 2.Summarize work/services performed for the clients indicated above. Briefly explain the clients current state, and then give your impact to the clients HC services/community. Indicate any significant discoveries made as result of your companys research. 3.Indicate your companys role in the implementation of the clients future state plans, to include the time frame and actions of impact undertaken to demonstrate a quality, achievable, and comprehensive plan towards advancing their HC services. Include any impact to resources, roles and responsibilities. This acquisition is considered to be a commercial product as defined in FAR 2.101. This synopsis is for information and planning purposes and is not to be construed as a commitment by the Government nor will the Government pay for information solicited. Respondents will not be notified of the results of the evaluation. Respondents deemed fully qualified will be considered in any resultant solicitation for the requirement. All responses shall be submitted to Keisha Willingham (contact information listed below) no later than 3:00 P.M. Eastern Standard Time on August 7, 2015. Responses should be submitted via e-mail. Please reference NNG15556153L in any response. Any referenced notes may be viewed at the following URLs linked below.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/GSFC/OPDC20220/NNG15556153L/listing.html)
- Record
- SN03809348-W 20150726/150724234752-dbff6502cc761987506d185f5347b83b (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 |